Tender

Provision of Cleaning Services for Lincolnshire Police

  • BlueLight Commercial

F02: Contract notice

Notice identifier: 2021/S 000-021171

Procurement identifier (OCID): ocds-h6vhtk-02da23

Published 26 August 2021, 2:08pm



Section one: Contracting authority

one.1) Name and addresses

BlueLight Commercial

Lloyd House, Colmore Circus Queensway

Birmingham

B4 6DG

Contact

Hayley Cairns

Email

Hayley.Cairns@Bluelight.police.uk

Telephone

+44 7811028231

Fax

+44 7811028231

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

12517649

Internet address(es)

Main address

https://bluelightcommercial.police.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/91087

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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=39350&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=39350&B=BLUELIGHT

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Cleaning Services for Lincolnshire Police

Reference number

PCC/PROC/0737

two.1.2) Main CPV code

  • 90910000 - Cleaning services

two.1.3) Type of contract

Services

two.1.4) Short description

The Police & Crime Commissioner for Lincolnshire (the Customer) has a requirement for the provision of Cleaning Services across the Lincolnshire Police estate. The objectives of the Cleaning Services function are to:

• Provide a professional cleaning service utilising best practice approaches to maintain required standards of hygiene and cleanliness across 43 locations in the county of Lincolnshire.

• Maintain a safe environment and safe working practices including the use of a recognised risk assessment/ management system to ensure that standards stay high, and that any reduction in quality of service is recognised and corrected efficiently and effectively.

two.1.5) Estimated total value

Value excluding VAT: £2,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90919200 - Office cleaning services
  • 79993100 - Facilities management services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Lincolnshire

two.2.4) Description of the procurement

The Police & Crime Commissioner for Lincolnshire (the Customer) has a requirement for the provision of Cleaning Services across the Lincolnshire Police estate. The objectives of the Cleaning Services function are to:

• Provide a professional cleaning service utilising best practice approaches to maintain required standards of hygiene and cleanliness across 43 locations in the county of Lincolnshire.

• Maintain a safe environment and safe working practices including the use of a recognised risk assessment/ management system to ensure that standards stay high, and that any reduction in quality of service is recognised and corrected efficiently and effectively.

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: £2,500,000

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

Duration in months

60

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.1.2) Economic and financial standing

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

Date

27 September 2021

Local time

3:00pm

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

27 September 2021

Local time

3:00pm

Information about authorised persons and opening procedure

As stated in the procurement documents.


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

British High Court of Justice

11th Floor, Thomas Moore Building, The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.judiciary.uk/contacts/