Tender

Provision of Facilities Management Services

  • The Police and Crime Commissioner for Warwickshire

F02: Contract notice

Notice identifier: 2022/S 000-020728

Procurement identifier (OCID): ocds-h6vhtk-035738

Published 29 July 2022, 9:41am



The closing date and time has been changed to:

20 September 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

The Police and Crime Commissioner for Warwickshire

3 Northgate Street, Warwick

Warwickshire

CV34 4SP

Contact

Caroline Plane

Email

caroline.plane@warwickshire.police.uk

Telephone

+44 1926415820

Country

United Kingdom

NUTS code

UKG13 - Warwickshire

National registration number

n/a

Internet address(es)

Main address

https://www.warwickshire.police.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/86783

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=50895&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=50895&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

Provision of Facilities Management Services

Reference number

WP22-0040

two.1.2) Main CPV code

  • 79993100 - Facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

The Police and Crime Commissioner for Warwickshire on behalf of Warwickshire Police requires a contract or contracts for the provision of Facilities Management Services in the following lots:

Lot 1 - Hard FM Services – M&E and Building Fabric planned and reactive maintenance

Lot 2 - Soft FM Services – Cleaning and associated services and consumables

Lot 3 - Security Services – provision of guarding and reception services (Justice Centres only)

Services are required across the Warwickshire Police Portfolio and the two Warwickshire Justice Centres.

NB: Bidders are able to bid for either a single or multiple lots

All expressions of interest should me made via the EU Supply Tendering Portal.

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lots 1, 2 and 3 if most economically advantageous

two.2) Description

two.2.1) Title

M&E and Building Fabric planned and reactive maintenance

Lot No

1

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50750000 - Lift-maintenance services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79993000 - Building and facilities management services
  • 45000000 - Construction work
  • 45300000 - Building installation work
  • 45400000 - Building completion work

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire

two.2.4) Description of the procurement

Lot 1 - Hard FM Services – M&E and Building Fabric planned and reactive maintenance across the Warwickshire Police portfolio and the two Warwickshire Justice Centres.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,800,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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) Description

two.2.1) Title

Cleaning and associated services and consumables

Lot No

2

two.2.2) Additional CPV code(s)

  • 90911000 - Accommodation, building and window cleaning services
  • 90911100 - Accommodation cleaning services
  • 90911200 - Building-cleaning services
  • 90911300 - Window-cleaning services
  • 90910000 - Cleaning services

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire

two.2.4) Description of the procurement

Lot 2 –Soft FM Services – Cleaning and associated services and consumables across the Warwickshire Police portfolio and the two Warwickshire Justice Centres.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,800,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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) Description

two.2.1) Title

Security Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 79700000 - Investigation and security services
  • 79710000 - Security services

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire

two.2.4) Description of the procurement

Provision of guarding and reception services at the two Warwickshire Justice Centres.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £300,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


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 described in the selection questionnaire and procurement documents.

three.1.2) Economic and financial standing

List and brief description of selection criteria

As stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

Originally published as:

Date

6 September 2022

Local time

12:00pm

Changed to:

Date

20 September 2022

Local time

12:00pm

See the change notice.

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

6 September 2022

Local time

12:00pm


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

The Police & Crime Commissioner for Warwickshire

3 Northgate Street

Warwick

CV34 4SP

Country

United Kingdom