[TedS09F02ContractNotice]

[Information]

[Published]

[DateDispatch]: 19.12.2016

[ExpireDate]: 20.1.2017

[ExternalReference]: 2016-887689

[TedReference]: 2016/S 247-451632

[TedS09F02ContractNotice]

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

North Wales Police on behalf of the Police and Crime Commissioner for North Wales
n/a
Force Headquarters, Glan-y -don, Abergele Road,
Colwyn Bay, North Wales
LL29 8AW
UK
Contact person: Procurement
NUTS code:  UKL -  WALES
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=18542&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

CLEANING SERVICES
Reference number:  NWP 26249
II.1.2)

Main CPV code

90910000  -  Cleaning services
II.1.3)

Type of contract

Services
II.1.4)

Short description

North Wales Police are seeking a suitable supplier to provide Cleaning Services to its estates across the whole geographic area. The contract will also be open to the North Wales Fire and Rescue Service if they require it in the future.
II.1.5)

Estimated total value

Value excluding VAT: 5000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

90911100  -  Accommodation cleaning services
II.2.3)

Place of performance

NUTS code:  UKL -  WALES
Main site or place of performance:  
Colwyn Bay LL29 8AW
II.2.4)

Description of the procurement

North Wales Police are seeking a suitable supplier to provide Cleaning Services to its estates across the whole North Wales Geographic area as briefly detailed below;
Eastern Division (Wrexham to Holywell and surrounding areas): 16 Buildings
Central Division (Holywell to Llandudno and surrounding areas): 12 Buildings
Western Division (Llandudno to Holyhead and surrounding areas): 21 Buildings
Other Buildings : 14 spread across the 3 areas
It should be noted the contract will also be open to the North Wales Fire and Rescue Service if they require it in the future.
Contract Period 5 Years with the potential to extend a further 2 x 12 months
The tender process is being processed via the EU Supply e Tendering Portal at
https://uk.eu-supply.com/login.asp?B=BLUELIGHT
Potential suppliers that consider they can fully meet the requirements should register at the site free of charge where the relevant documents can be obtained.
Return / Closing Date: 12.00 Friday 20th January 2017
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 5000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/09/2017  /  End: 31/08/2022
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5  /  Maximum number: 10
Objective criteria for choosing the limited number of candidates:
Objective criteria for choosing the limited number of candidates:
A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard those suppliers with the highest scores will proceed to the tender stage
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
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:  20/01/2017
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 10/02/2017
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Interest in the selection process should be expressed via the Blue Light Portal.
The closing date for receipt of the Selection Questionnaire is 20.1.2017 (12:00). Suppliers are required to ensure that documents are obtained and returned to via the Blue Light Portal by the above closing date and time.
Documents in respect of economic / financial standing (where indicated in the Selection Questionnaire) shall be returned via the Blue Light Portal by the above closing date and time.
It will be the Suppliers' responsibility to obtain any necessary documents in order to submit a response by the closing date and time.
The contracting authority reserves the right not to award any or part of the contract which is the subject of this OJEU notice and reserves the right to terminate the procurement process at any time.
The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.
The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.
Contract period is 5 years with the possibility of a further 2 x 12 month extensions
VI.4)

Procedures for review

VI.4.1)

Review body

Head of Procurement
Force Headquarters, Glan y don
Colwyn Bay, North Wales
LL29 8AW
UK

VI.4.2)

Body responsible for mediation procedures

a neutral adviser or mediator shall be chosen by agreement between the parties
Colwyn Bay
UK
Internet address: http://www.cedr.co.uk

VI.5)

Date of dispatch of this notice

21/12/2016