Tender

Specialist Cleaning & Decontamination Services

  • Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire

F02: Contract notice

Notice identifier: 2021/S 000-007705

Procurement identifier (OCID): ocds-h6vhtk-02a58a

Published 13 April 2021, 2:06pm



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

Email

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

http://www.cheshire.police.uk

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