Contract notice

Information

Published

Date of dispatch of this notice: 05/12/2015

Expire date: 11/01/2016

External Reference: 2015-993334

TED Reference: 2015/S 239-434210

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Cumbria Constabulary - Office of the Police & Crime Commissioner
N/A
Police Headquarters, Carleton Hall
CA10 2AU  Penrith, Cumbria
UK
For the attention of: Keith Hewitt
Telephone: +44 3001240113
E-mail: Keith.hewitt@cumbria.police.uk
Internet address(es):
General address of the contracting authority: http://www.cumbria.police.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/34578
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=14235&B=BLUELIGHT
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=14235&B=BLUELIGHT
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Body governed by public law
I.3)

Main activity

  • Public order and safety
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Provision for Cleaning Services

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No14:  Building-cleaning services and property management services
    Main site or location of works, place of delivery or of performance:

    Penrith, Cumbria

    NUTS code
    Cumbria
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    The provision of building cleaning services will be to Commissioners locations

    which are within the county of Cumbria. (The West Basic Command Unit

    Headquarters at Workington is excluded, as this is subject to Facilities

    Management under a PFI Con-tract). For management purposes, the building

    cleaning service is currently split into the Headquar-ters and 3 geographic areas

    (number & locations of stations subject to continual reviews may reduce over

    time): West Area, North Area and south Area. Please see following plan. There

    are also specialised buildings e.g. Custody Suites and Dog Training Unit etc.:The

    Commissioner will not consider bids for individual locations/buildings or cleaning

    tasks however a sub-contracting approach will be considered, subject to the

    bidder providing satisfactory evidence of performance control arrangements.

    Building cleaning services will be required to cover the following:

    1. General Office Accommodation and Public Areas

    2. Toilets, Bathrooms, Showers and Drying Rooms

    3. Kitchens, Meal Rooms, Brew Stations

    4. Custody Suites including medical rooms

    5. Sports Hall, Multi-Gym, Fitness Rooms

    6. Firing Range offices

    7. Internal and External Window Cleaning

    8. Periodic Deep Cleaning e.g. kitchens, carpets

    The contract will include:

    1. Cleaning materials and equipment

    2. Washroom i.e. toilet rolls, soap & dispensers (excluding hand towels) and

    kitchen cleaning consumables i.e. washing up liquid, cloths, soap dispensers and

    paper tow-els.

    A service will be required 365/366 days of the year, this will mainly be to cover

    services required for Custody Suites although other areas may be involved.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    90910000   Cleaning services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    II.1.8)

    Lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    Scope

    The provision of building cleaning services will be to Commissioners locations which are within the county of Cumbria. (The West Basic Command Unit Headquarters at Workington is excluded, as this is subject to Facilities Management under a PFI Con-tract). For management purposes, the building cleaning service is currently split into the Headquar-ters and 3 geographic areas (number & locations of stations subject to continual reviews may reduce over time): West Area, North Area and south Area. Please see following plan. There are also specialised buildings e.g. Custody Suites and Dog Training Unit The Commissioner will not consider bids for individual locations/buildings or cleaning tasks however a sub-contracting approach will be considered, subject to the bidder providing satisfactory evidence of performance control arrangements.

    Building cleaning services will be required to cover the following:

    1. General Office Accommodation and Public Areas

    2. Toilets, Bathrooms, Showers and Drying Rooms

    3. Kitchens, Meal Rooms, Brew Stations

    4. Custody Suites including medical rooms

    5. Sports Hall, Multi-Gym, Fitness Rooms

    6. Firing Range offices

    7. Internal and External Window Cleaning

    8. Periodic Deep Cleaning e.g. kitchens, carpets

    The contract will include:

    1. Cleaning materials and equipment

    2. Washroom i.e. toilet rolls, soap & dispensers (excluding hand towels) and kitchen cleaning consumables i.e. washing up liquid, cloths, soap dispensers and paper tow-els.

    A service will be required 365/366 days of the year, this will mainly be to cover services required for Custody Suites although other areas may be involved.

    Buildings may be used 24 hours a day and therefore non-emergency call-out services will be required to fit in with local operational requirements. Although the majority of locations will only require a cleaning service Monday – Friday, there are buildings/locations which will re-quire a service Saturdays and Sundays. A service on Public Holidays is required for certain areas.

    Potential providers will be required to demonstrate commercial advantage, stability, innova-tion, technical capability and the capacity to deliver the requisite quality of service competi-tively. Also to demonstrate ability and willingness to:

    • Be flexible and co – operative in satisfying the service requirements of the Commis-sioner.

    • Work collaboratively with the Commissioner to deliver continuous improvement throughout the life of the contract.

    • Strive to add value to the work of the Commissioner.

    • Manage the Contract and work in partnership with the Commissioner.

    • Measure performance to demonstrate target achievement.

    • Provide clear, auditable processes.

    3 Contract Term

    The contract will be for a period of 4 years – 1st July 2016 to 30th June 2020. Which is a con-tract term of 3 years with the option to extend for one further year at the discretion of the Commissioner and with the agreement of the Supplier.

    Estimated cost excluding VAT
    Range: between  1100000  and 1250000  GBP
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 048 (from the award of the contract)

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    A guarantee may be required

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    Please refer to the Invitation to Tender Documents

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    The police and Crime Commisioner for Cumbria reserves the right to require groupings or Entities to take a particular form,or to require one party to undertake legal liability or to require each party undertakes joint and several liability

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    Information and formalities necessary for evaluating if requirements are met:

    Evaluation of the completed Economic Operator Questionnaire in accordance with

    the scoring methodology described in the Invitation to Tender

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    Information and formalities necessary for evaluating if requirements are met:

    Evaluation of the completed Economic Operator Questionnaire in accordance with

    the scoring methodology described in the Invitation to Tender

    Minimum level(s) of standards possibly required:

    As stated in the Invitation to Tender (ITT)

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    Information and formalities necessary for evaluating if requirements are met:

    Evaluation of the completed Economic Operator Questionnaire in accordance with

    the scoring methodology described in the Invitation to Tender

    Minimum level(s) of standards possibly required:

    As stated in the Invitation to Tender (ITT)

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Open
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting authority

    Internal Reference 22335

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    11.01.2016 - 14:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]
    IV.3.7)

    Minimum time frame during which the tenderer must maintain the tender

    Duration in months: 090 (from the date stated for receipt of tender)
    IV.3.8)

    Conditions for opening tenders

    Persons authorised to be present at the opening of tenders: yes

    Persons authorized to be present at the opening of tenders:

    Yes

    Director of Legal Services, Cumbria Constabulary, Police Headquarters, Carleton Hall Penrith

    CA10 2AU United Kingdom

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.3)

    Additional information:

    Suppliers wishing to express an interest and obtain the Invitation to Tender should go to www.bluelight.gov.uk and click on new opportunities which are within the Suppliers Area Box on the left of the screen. Click the blue link for the contract title to view the oppertunity.To express interest you will need to log in.If you are not already registered on www.bluelight.gov.uk, you will need to return to the home page and click on “Register Company“ link in the supplier area box on

    the left. Registration is free of charge and your username and password will be emailed to you.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

     

    Body responsible for mediation procedures

    Royal Court of Justice
    WC2A 2LL 
    Internet address:
    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:
    VI.4.3)

    Service from which information about the lodging of appeals may be obtained