II.1)
Scope of the procurement
Specialist Cleaning & Decontamination Services
Reference number:
CPA/SPU/1542P
90900000
-
Cleaning and sanitation services
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.1.6)
Information about lots
This contract is divided into lots:
yes
II.1.7)
Total value of the procurement
Value excluding VAT:
1000000.00
GBP
Specialist Cleaning & Decontamination Services for Cheshire, Greater Manchester & Merseyside Forces
Lot No:
One
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.
Criteria below
Quality criterion
-
Name:
Overall Quality Weighting (11 sub-weighted areas)
/
Weighting:
50
Price
-
Weighting:
50
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 under Lot One and for North Wales Police under Lot Two.
Specialist Cleaning & Decontamination Services for North Wales Force
Lot No:
Two
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.
Criteria below
Quality criterion
-
Name:
Overall Quality Weighting (11 sub-weighted areas)
/
Weighting:
50
Price
-
Weighting:
50
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 for the Framework Agreement shown indicates the overall spend for the maximum duration for all participating Forces over the 4yr term.