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
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