Contract notice

Information

Published

Expire date: 17/05/2021

External Reference: 2021-594383

FTS Reference: 2021-007705

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire
N/A
Headquarters, Clemonds Hey, Oakmere Road,
Winsford, Cheshire
CW7 2UA
UK
Contact person: Sandra Sumner
Telephone: +44 1606366838
NUTS code:  UKD -  NORTH WEST (ENGLAND)
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=36760&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Specialist Cleaning & Decontamination Services
Reference number:  CPA/SPU/1542P
II.1.2)

Main CPV code

90900000  -  Cleaning and sanitation services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Police and Crime Commissioner for Cheshire (PCC) is inviting Contractors on a Lot basis to provide Specialist Cleaning & Decontamination Services to the North West Police Region.
Contractors should be able to undertake specialised cleaning, decontamination (including disinfestation if required) and vaporisation/fogging (infection) control of cells and vehicles services across the region with a response time and arrival on site of under 4 hours on a 24 x 7 hour basis 365/366 days per year,with no exceptions.
The Police and Crime Commissioner for Cheshire (PCC) on behalf of Cheshire Constabulary (CC) intends to establish a Framework Agreement with each participating Force entering into their individual call-off contracts. Currently there is commitment from Cheshire Constabulary, Greater Manchester Police, Merseyside Police and North Wales Police with the potential for Lancashire Constabulary and Cumbria Constabulary joining at a later stage.
II.1.5)

Estimated total value

Value excluding VAT: 1000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  2
II.2)

Description

II.2.1)

Title

Specialist Cleaning & Decontamination Services for Cheshire, Greater Manchester & Merseyside Forces
Lot No:  1
II.2.2)

Additional CPV code(s)

90900000  -  Cleaning and sanitation services
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
Main site or place of performance:  
Cheshire, Greater Manchester, Merseyside
II.2.4)

Description of the procurement

The Police and Crime Commissioner for Cheshire (PCC) is inviting Contractors on a Lot basis to provide Specialist Cleaning & Decontamination Services to the North West Police Region (excluding any of the Forces sites subject to Facilities Management under a PFI Contract).
The North West Police Region require the Services of a Contractor(s) who can undertake specialised cleaning, decontamination (including disinfestation if required) and vaporisation/fogging (infection) control of cells and vehicles services across the region with a response time and arrival on site of under 4 hours on a 24 x 7 hour basis 365/366 days per year,with no exceptions.
The Police and Crime Commissioner for Cheshire (PCC) on behalf of Cheshire Constabulary (CC) intends to establish a Framework Agreement with each participating Force entering into their individual call-off contracts. Each Force will be responsible for raising their own Purchase Orders and payment of invoices.
Currently there is commitment from Cheshire Constabulary, Greater Manchester Police, Merseyside Police and North Wales Police with the potential for Lancashire Constabulary and Cumbria Constabulary joining at a later stage.
In this instance Cheshire Constabulary will act as the lead authority on behalf of the region and will manage the process throughout. The successful Tenderer will be required to provide services to each force as detailed in this document.
The ITT is in the form of an Online Questionnaire where Tenderers must complete both the Quality & Price criterions. The ITT contains 2 Lots for which they may submit a tender response for those Lots they consider they are able to provide the Services.
The Framework Agreement is for 4yrs. The proposed duration of the call off contracts will be from July 1st 2021 to June 30th 2024 with the option to extend for a further one [1] period of twelve [12] months.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Overall Quality Weighting (11 sub-weighted areas)  /  Weighting:  50
Price  -  Weighting:  50
II.2.6)

Estimated value

Value excluding VAT: 450000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
There is a one [1] year option to extend the call off contracts to June 30th 2025.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
There is a one [1] year option to extend the call off contracts to June 30th 2025.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

The estimated value shown indicates the spend for the maximum duration for all Cheshire, Greater Manchester and Merseyside Police Forces (excluding North Wales Police (covered under Lot 2)
II.2)

Description

II.2.1)

Title

Specialist Cleaning & Decontamination Services for North Wales Force
Lot No:  2
II.2.2)

Additional CPV code(s)

90900000  -  Cleaning and sanitation services
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
Main site or place of performance:  
North Wales
II.2.4)

Description of the procurement

The Police and Crime Commissioner for Cheshire (PCC) is inviting Contractors on a Lot basis to provide Specialist Cleaning & Decontamination Services to the North West Police Region (excluding any of the Forces sites subject to Facilities Management under a PFI Contract).
The North West Police Region require the Services of a Contractor(s) who can undertake specialised cleaning, decontamination (including disinfestation if required) and vaporisation/fogging (infection) control of cells and vehicles services across the region with a response time and arrival on site of under 4 hours on a 24 x 7 hour basis 365/366 days per year, with no exceptions.
The Police and Crime Commissioner for Cheshire (PCC) on behalf of Cheshire Constabulary (CC) intends to establish a Framework Agreement with each participating Force entering into their individual call-off contracts. Each Force will be responsible for raising their own Purchase Orders and payment of invoices.
Currently there is commitment from Cheshire Constabulary, Greater Manchester Police, Merseyside Police and North Wales Police with the potential for Lancashire Constabulary and Cumbria Constabulary joining at a later stage.
In this instance Cheshire Constabulary will act as the lead authority on behalf of the region and will manage the process throughout. The successful Tenderer will be required to provide services to each force as detailed in this document.
The ITT is in the form of an Online Questionnaire where Tenderers must complete both the Quality & Price criterions. The ITT contains 2 Lots for which they may submit a tender response for those Lots they consider they are able to provide the Services.
The Framework Agreement is for 4yrs. The proposed duration of the call off contracts will be from July 1st 2021 to June 30th 2024 with the option to extend for a further one [1] period of twelve [12] months.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Overall Quality Weighting (11 sub-weighted areas)  /  Weighting:  50
Price  -  Weighting:  50
II.2.6)

Estimated value

Value excluding VAT: 450000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
There is a one [1] year option to extend the call off contracts to June 30th 2025.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
There is a one [1] year option to extend the call off contracts to June 30th 2025.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

The estimated value shown indicates the overall spend for the maximum duration for North Wales Police over the 4yr term.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As set out in the tender documents
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As set out in the on-line tender.
Minimum level(s) of standards possibly required:  
As set out in the on-line tender.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
As set out in the on-line tender.
Minimum level(s) of standards possibly required:  
As set out in the on-line tender.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out in the on-line tender.
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  17/05/2021
Local time:  11:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  17/05/2021
Local time:  11:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Manchester
UK