Forum Admin

  • Posts: 3310
Penrith - Police Cleaning Services
« on: November 29, 2011, 03:01:36 pm »
Section I: Contracting authority

I.1) Name, addresses and contact point(s)
Cumbria Police Authority
Procurement, Police Headquarters, Carleton Hall
For the attention of: Mrs Elaine Allan
CA10 2AU Penrith
UNITED KINGDOM
Telephone: +44 1768217051
E-mail: elaine.allan@cumbria.pnn.police.uk
Fax: +44 1768217314
Further information can be obtained from: Cumbria Police Authority
economic operators wishing to express interest and obtain the
pre-qualification questionnaire, should go to www.bluelight.gov.uk and
click on new opportunities which is within the Suppliers Area box on the
left of the screen. Click on the blue link for the contract title to view
the opportunity. To express interest you will need to log in. If you are
not already registered on www.bluelight.gov.uk, you will need to return to
the home page and click on the "Register Company" link in the Supplier
Area box on the left. Registration is free of charge and your user name
and password will be e-mailed to you
Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained
from: Cumbria Police Authority
economic operators wishing to express interest and obtain the
pre-qualification questionnaire, should go to www.bluelight.gov.uk and
click on new opportunities which is within the Suppliers Area box on the
left of the screen. Click on the blue link for the contract title to view
the opportunity. To express interest you will need to log in. If you are
not already registered on www.bluelight.gov.uk, you will need to return to
the home page and click on the "Register Company" link in the Supplier
Area box on the left. Registration is free of charge and your user name
and password will be e-mailed to you
Tenders or requests to participate must be sent to: Cumbria Police
Authority
economic operators wishing to express interest and obtain the
pre-qualification questionnaire, should go to www.bluelight.gov.uk and
click on new opportunities which is within the Suppliers Area box on the
left of the screen. Click on the blue link for the contract title to view
the opportunity. To express interest you will need to log in. If you are
not already registered on www.bluelight.gov.uk, you will need to return to
the home page and click on the "RegisterCompany" link in the Supplier
Area box on the left. Registration is free of charge and your user name
and password will be e-mailed to you
I.2) Type of the contracting authority
Body governed by public law
I.3) Main activity
Public order and safety
I.4) Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting
authorities: no

Section II: Object of the contract

II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
Building cleaning services - QTLE-8MKFN7.
II.1.2) Type of contract and location of works, place of delivery or of
performance
Services
Service category No 14: Building-cleaning services and property management
services
Main site or location of works, place of delivery or of performance:
Provision of cleaning services in Cumbria Police Authority locations which
are within the three unitary areas of Cumbria West, South & North Basic
Command units, and the headquarters site.
NUTS code UKD1
II.1.3) Information about a public contract, a framework agreement or a
dynamic purchasing system (DPS)
The notice involves a public contract
II.1.5) Short description of the contract or purchase(s)
The provision of building cleaning services to Cumbria Police Authority
locations including specialised buildings e.g. custody suites, tactical
training unit, dog training.
II.1.6) Common procurement vocabulary (CPV)
90910000, 90911200, 90911300, 90919200
II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Lots
This contract is divided into lots: no
II.1.9) Information about variants
Variants will be accepted: yes
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
The provision of building cleaning services will be to Cumbria Police
Authority locations which are within the county of Cumbria (The West Basic
Command Unit Headquarters at Workington is excluded, as this is subject to
facilities management under a PFI contract).
For management purposes, the building cleaning service is currently split
into the headquarters and 3 geographic areas (number & locations of
stations subject to continual reviews a may decrease over time): West
Basic Command Unit, North Basic Command Unit and south Basic Command Unit.
Please see following plan. There are also specialised buildings e.g.
custody suites and dog training unit etc.:
The Authority will not consider bids for individual locations/buildings or
cleaning tasks however a sub-contracting approach will be considered,
subject to the bidder providing satisfactory evidence of performance
control arrangements.
Building cleaning services will be required to cover the following:
1. General office accommodation and public areas;
2. Toilets, bathrooms, showers and drying rooms;
3. Kitchens, meal rooms, brew stations;
4. Custody suites including medical rooms;
5. Sports hall, multi-gym, fitness rooms;
6. Firing range offices;
7. Internal and external window cleaning;
8. Periodic deep cleaning e.g. kitchens, carpets.
The contract will include:
1. Cleaning materials and equipment;
2. Washroom i.e toilet rolls, soap & dispensers (excluding hand towels)
and kitchen cleaning consumables i.e. washing up liquid, cloths, soap
dispensers and paper towels.
A service will be required 365/366 days of the year, this will mainly be
to cover services required for custody suites although other areas may be
involved.
Buildings may be used 24 hours as day and therefore non-emergency call-out
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 is required
for certain areas.
Potential providers will be required to demonstrate commercial advantage,
stability, innovation, technical capability and the capacity to deliver
the requisite quality of service competitively. Also to demonstrate
ability and willingness to:
— Be flexible and co – operative in satisfying the service requirements of
the Authority,
— Work collaboratively with the Authority to deliver continuous
improvement throughout the life of the contract,
— Strive to add value to the work of the Authority,
— Manage the contract and work in partnership with the Authority,
— Measure performance to demonstrate target achievement,
— Provide clear, auditable processes.
Estimated value excluding VAT: 1 350 000 GBP
II.2.2) Information about options
Options: yes
Description of these options: The contract will be for an initial period 3
years – 1.7.2012 to 30.6.2015. There will be the option to extend the
contract for a further 2 periods of 12 months at the discretion of the
Authority and with the agreement of the supplier.
II.3) Duration of the contract or time limit for completion
Starting 1.7.2012. Completion 30.6.2015

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
The specification may include provisions regarding the successful
contractor to provide a performance bond.
III.1.2) Main financing conditions and payment arrangements and/or
reference to the relevant provisions governing them:
See tender documentation - conditions of contract.
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded:
Joint and several liability.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements
relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements
are met: Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being
administered by the Court, where he has entered into an arrangement with
creditors, where he has suspended business activities or is in any
analogous situation arising from a similar procedure under national laws
and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an
order compulsory winding up the administration by the Court or of an
arrangement with creditors or of any other similar proceedings under
national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata
in accordance with the legal provisions of the country of any offence
concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means
which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social
security contributions in accordance with the legal provisions of the
country in which he is established or with those of the country of the
contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in
accordance with the legal provisions of the country in which he is
established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information
required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal
organization, as defined in Article 2(1) of Council Joint Action
98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in
Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council
Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of
Article 1 of the Convention relating to the protection of the financial
interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined
in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of
the use of the financial system for the purpose of money laundering.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: (a) appropriate statements from banks or, where appropriate,
evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the
balance-sheets, where publication of the balance-sheet is required under
the law of the country in which the economic operator is established;
(c) a statement of the undertaking’s overall turnover and, where
appropriate, of turnover in the area covered by the contract for a maximum
of the last 3 financial years available, depending on the date on which
the undertaking was set up or the economic operator started trading, as
far as the information of these turnovers is available.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met:
(b) a list of the principal deliveries effected or the main services
provided in the past 3 years, with the sums, dates and recipients, whether
public or private, involved. Evidence of delivery and services provided
shall be given:
— where the recipient was a contracting authority, in the form of
certificates issues or countersigned by the competent authority,
— where the recipient was a private purchaser, by the purchaser’s
certification or, failing this, simply by a declaration by the economic
operator.
(c) an indication of the technicians or technical bodies involved, whether
or not belonging directly to the economic operator’s undertaking,
especially those responsible for quality control and, in the case of
public works contracts, those upon whom the contractor can call in order
to carry out the work;
(d) a description of the technical facilities and measures used by the
supplier or service provider for ensuring quality and the undertaking’s
study and research facilities;
(f) the educational and professional qualifications of the service
provider or contractor and/or those of the undertaking’s managerial staff
and, in particular, those of the person or persons responsible for
providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in
appropriate cases, and indication of the environmental management measures
that the economic operator will be able to apply when performing the
contract;
(i) a statement of the tools, plant or technical equipment available to
the service provider or contractor for carrying out the contracts;
(j) an indication of the proportion of the contract which the services
provider intends possibly to subcontract.
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: no

Section IV: Procedure

IV.1) Type of procedure
IV.1.1) Type of procedure
Restricted
IV.1.2) Limitations on the number of operators who will be invited to
tender or to participate
Envisaged minimum number 4: and maximum number 6
Objective criteria for choosing the limited number of candidates: As set
out in the pre-qualification questionnaire. The bidders with the highest
score from the pre-qualification questionnaire will be invited to tender.
In the event of tied scores, ranking will be determined by ordering linked
to the highest scores for section 4 ranked in the weighting order.
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated
in the specifications, in the invitation to tender or to negotiate or in
the descriptive document
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
QTLE-8MKFN7
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents
or descriptive document
Time limit for receipt of requests for documents or for accessing
documents: 21.12.2011 - 18:00
IV.3.4) Time limit for receipt of tenders or requests to participate
5.1.2012 - 14:00
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up
English.
IV.3.8) Conditions for opening tenders
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure:
Director of Legal Services. Procurement Manager, Estates and Facilities
Manager.

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European
Union funds: no
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures
Cumbria Police Authority
Carleton Hall
CA10 2AU Penrith
UNITED KINGDOM
VI.5) Date of dispatch of this notice:
21.11.2011
Contract notice
Services
Directive 2004/18/EC