Section one: Contracting authority
one.1) Name and addresses
Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire
Headquarters, Clemonds Hey, Oakmere Road,
Winsford, Cheshire
CW7 2UA
Contact
Sandra Sumner
sandra.sumner@cheshire.pnn.police.uk
Telephone
+44 1606366838
Country
United Kingdom
NUTS code
UKD - North West (England)
National registration number
N/A
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/33132
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=36760&B=BLUELIGHT
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Specialist Cleaning & Decontamination Services
Reference number
CPA/SPU/1542P
two.1.2) Main CPV code
- 90900000 - Cleaning and sanitation services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £1,000,000
two.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
two.2) Description
two.2.1) Title
Specialist Cleaning & Decontamination Services for Cheshire, Greater Manchester & Merseyside Forces
Lot No
1
two.2.2) Additional CPV code(s)
- 90900000 - Cleaning and sanitation services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
Main site or place of performance
Cheshire, Greater Manchester, Merseyside
two.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.
two.2.5) Award criteria
Quality criterion - Name: Overall Quality Weighting (11 sub-weighted areas) / Weighting: 50
Price - Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £450,000
two.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.
two.2.10) Information about variants
Variants will be accepted: No
two.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.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.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)
two.2) Description
two.2.1) Title
Specialist Cleaning & Decontamination Services for North Wales Force
Lot No
2
two.2.2) Additional CPV code(s)
- 90900000 - Cleaning and sanitation services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
Main site or place of performance
North Wales
two.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.
two.2.5) Award criteria
Quality criterion - Name: Overall Quality Weighting (11 sub-weighted areas) / Weighting: 50
Price - Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £450,000
two.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.
two.2.10) Information about variants
Variants will be accepted: No
two.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.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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
three.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.
three.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.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As set out in the on-line tender.
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 May 2021
Local time
11:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
17 May 2021
Local time
11:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court
Manchester
Country
United Kingdom