Cheshire Police Building Cleaning Services Contract
Covering General Office Accommodation and Public Areas; Toilets, Bathrooms, Showers; Kitchens, Dining Rooms, Meal Rooms.
United Kingdom-Winsford: Cleaning services
2016/S 151-273194
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
N/A
Headquarters, Clemonds Hey, Oakmere Road, Cheshire
Winsford
CW7 2UA
United Kingdom
Contact person: Helen Elliott
Telephone: +44 1606362063
E-mail: helen.elliott@cheshire.pnn.police.uk
NUTS code: UKD2
Internet address(es):
Main address: http://www.cheshire.police.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/33132
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Building Cleaning Services CPA/SPU/626.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Building cleaning services to The Police and Crime Commissioner for Cheshire covering General Office Accommodation and Public Areas; Toilets, Bathrooms, Showers; Kitchens, Dining Rooms, Meal Rooms, Tea Stations; Custody Suites including medical rooms; Sports Hall, Multi-Gym, Fitness Rooms; Public Order Arena and Firing Range; Window Cleaning; Periodic Deep Cleaning e.g. kitchens, carpets. A service will be required 24 hours of the day, 365/366 days of the year. There are buildings/locations which will require a service Saturdays and Sundays and Public Holidays. Buildings and locations are subject to change during the contract period to support operational demands. The scope will also include provision to services at other Cheshire Constabulary premises and Cheshire Fire and Rescue locations. Full details of the requirements and scope are given in the Specification which can be found in the Briefing Document, which is available once you have expressed interest and logged in.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Cheshire Constabulary Policing Area.
II.2.4)Description of the procurement:
The provision of building cleaning services to The Police and Crime Commissioner for Cheshire covering the Cheshire Constabulary policing area. Building cleaning services will be required to cover the following: General Office Accommodation and Public Areas including Public Contact Points; Toilets, Bathrooms, Showers and Drying Rooms; Kitchens, Dining Rooms, Meal Rooms, Tea Stations; Custody Suites including medical rooms; Sports Hall, Multi-Gym, Fitness Rooms; Public Order Arena and Firing Range; Internal and External Window Cleaning; Periodic Deep Cleaning e.g. kitchens, carpets. The contract will include: cleaning materials and equipment; wash-room and kitchen consumables, dispensers and equipment. The PCC will not consider bids for individual locations/buildings or cleaning tasks however a sub-contracting approach will be considered, subject to the tenderer providing satisfactory evidence of performance control arrangements.
A service will be required 24 hours of the day, 365/366 days of the year. A help-desk will be required. Buildings may be used 24 hours a day and therefore services will be required to fit in with local operational requirements. Although the majority of locations will only require a cleaning service Monday – Friday, there are buildings/locations which will require a service Saturdays and Sundays. A service on Public Holidays may be required for certain areas. The buildings and locations are subject to change during the contract period to support operational demands. Should the need arise during the contract period, the scope will also include provision to modify the contract to include building cleaning services at other Cheshire Constabulary premises and Cheshire Fire and Rescue locations.
The value of the contract is estimated as between 1 500 000 GBP and 6 000 000 GBP covering the initial and optional extension periods and any modifications which may arise.
Full details of the requirements are given in the Specification which can be found in the Briefing Document, which is available once you have expressed interest and logged in.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
The 5 economic operators (meeting the minimum eligibility requirements) with the highest score will be invited to tender. In the event of tied scores, ranking will be determined by ordering linked to the highest score in Section 5 (relevant experience and contract examples). Should this still result in tied scores, the process will be repeated in descending order of the published weightings, with Question 6.A.1, 6.A.2 and finally question 6.A.3 as required.
II.2.10)Information about variants
II.2.11)Information about options
The contract term will be from 1.4.2017 to 31.3.2020. There will be an option to extend the contract for 2 periods of 12 months up to 31.3.2022. The contract may also be amended to include other Cheshire Constabulary locations and Cheshire Fire and Rescue locations. Buildings and Locations are subject to change within the boundaries covered by The Police and Crime Commissioner for Cheshire, Cheshire Constabulary, Cheshire Fire Authority and Cheshire Fire and Rescue Service.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As stated in the procurement documents.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4.1)Review body
London
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Provide Cleaning Services to University of Cambridge
Viridian Housing Pan-London Cleaning Contract
A Framework for the Supply of Floor Cleaning Machines