Tender

North Wales Fire and Rescue Service ~ Cleaning Tender

  • North Wales Fire and Rescue Service

F02: Contract notice

Notice identifier: 2024/S 000-035777

Procurement identifier (OCID): ocds-h6vhtk-04b3fd

Published 5 November 2024, 12:05pm



Section one: Contracting authority

one.1) Name and addresses

North Wales Fire and Rescue Service

Ffordd Salesbury, Saint Asaph Business Park

Saint Asaph

LL17 0JJ

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

Region code

UKL13 - Conwy and Denbighshire

Internet address(es)

Main address

https://www.northwalesfire.gov.wales/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://litmustms.co.uk/respond/H5C7U3NW88

Additional information can be obtained from the above-mentioned address

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

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

North Wales Fire and Rescue Service ~ Cleaning Tender

two.1.2) Main CPV code

  • 90910000 - Cleaning services

two.1.3) Type of contract

Services

two.1.4) Short description

The successful Supplier will be required to provide cleaning services for locations within the North Wales Fire and Rescue Service located in Wales.

two.1.5) Estimated total value

Value excluding VAT: £2,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKL13 - Conwy and Denbighshire
Main site or place of performance

Conwy and Denbighshire

two.2.4) Description of the procurement

The successful Supplier will be required to provide cleaning services for locations within the North Wales Fire and Rescue Service located in Wales.

The value of the contract is approximately £400,000 per annum. The duration of the contract being offered is three years commencing on 1st June 2025 and concluding on 31st May 2028. There will be the option to extend the contract for a further term excluding the right to further extend for a further term of one plus one years. The contract will be fixed price in nature with the successful supplier also guaranteeing the number of input hours to the contract as well as the quality of cleaning provision.

North Wales Fire & Rescue Service was formed in 1996 through the amalgamation of the former Welsh Brigades. It covers an area of nearly 2,400 square miles and serves a population of just over 678,461 people including hundreds of thousands of visitors and tourists per year. The area of North Wales is made up of rural, coastal and urban areas. The Service operates from some 44 Fire Stations and 3 various office sites and employs some 1000 personnel including Wholetime Firefighters, Firefighters on the Retained Duty System, Fire Control staff, and non-uniformed support staff.

The Service covers the five unitary authority areas of Denbighshire, Conwy, Flintshire, Wrexham and Gwynedd (Anglesey) and the Service Headquarters are located in St Asaph.

Within the above sites, there are a mix of wholetime and part time stations. Each wholetime station and day crew station will require a 5-day clean, and each part time (retained station) will require a once a week clean. At Fire Service Headquarters, stores, workshops and CSO a 5-day clean will be required, Monday to Friday.

On occasion there may be a requirement for one-off cleans to cover instances such as open days, community events, etc. These will be quoted as additional to this contract as and when required to be agreed with the service contract manager.

During the term of the contract there may be a need to add or delete sites should new stations be built, added or closed. The successful supplier will be notified of any changes with three months’ notice of opening / closure.

Whilst the monthly charge will represent one-twelfth of the contract cost, a reconciliation will take place monthly to reconcile the actual hours worked within the contract. If the hours worked are less than those budgeted for a credit will be required. This credit will be calculated by dividing the annual contract cost (fixed cost) by the number of annual input hours to arrive at a contractual cost per hour, this will then be multiplied by the number of hours due to arrive at the fiscal credit.

We are seeking a suitably experienced supplier who has current experience of working within similar contracts, ideally with a strong operational base within the area, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when needed during the contract term.

The client would like a review of the entire cleaning contract to see if efficiencies can be made both operationally and financially. The client is open to the introduction of new technologies to aid with making the contract more efficient. The successful contractor must have a clear understanding of the North Wales Fire and Rescue Service approach to social values.

A robust level of management support must be provided by the successful contractor to ensure that the detailed specification is delivered within the contract on a consistent basis within the contract period.

The successful Supplier will be expected to deliver a concise and detailed method of management reporting at the end of each month, thus updating the senior management team within the North Wales Fire and Rescue Service on the contract performance.

See SQ document for more information.

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: £2,000,000

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

Start date

1 June 2025

End date

31 May 2030

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 10

Objective criteria for choosing the limited number of candidates:

A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.

two.2.10) Information about variants

Variants will be accepted: Yes

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

Restricted 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

13 December 2024

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

20 January 2025

four.2.4) Languages in which tenders or requests to participate may be submitted

English


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.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.It will be the supplier's responsibility to obtain any necessary documents in order to submit a response by the closing date and time.

The contracting authority reserves the right not to award any or part of the contract which is the subject of this contract notice and reserves the right to terminate the procurement process at any time.

The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.

The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://litmustms.co.uk/tenders/UK-UK-Saint-Asaph:-Cleaning-services./H5C7U3NW88

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/H5C7U3NW88

GO Reference: GO-2024115-PRO-28407862

six.4) Procedures for review

six.4.1) Review body

North Wales Fire and Rescue Service

Ffordd Salesbury, Saint Asaph Business Park

Saint Asaph

LL17 0JJ

Country

United Kingdom