Publication Date: 07/11/2024

Deadline Date: 13/12/2024

Reference: TKR-2024115-PRO-28407861

Value of Contact: £ 2,000,000

Estimated Annual Value: £ 400,000

Type of Procedure: Services Contract

Nature of Procurement: Contract Notice

Description:

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.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:

Value excluding VAT:
2,000,000

Currency:
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:

Start:
01/06/2025 / End: 31/05/2030

This contract is subject to renewal:
No

Description of renewals:
Not provided
II.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.
II.2.10) Information about variants:

Variants will be accepted:
Yes
II.2.11) Information about options:

Options:
No

Description of options:
Not provided
II.2.12) Information about electronic catalogues:

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue:
No
II.2.13) Information about European Union funds:

The procurement is related to a project and/or programme financed by European Union funds:
No

Identification of the project:
Not provided
II.2.14) Additional information: Not provided

Section III: Legal, Economic, Financial And Technical Information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Not Provided
III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

List and brief description of selection criteria:

Not Provided

Minimum level(s) of standards possibly required (if applicable) :

Not Provided
III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

List and brief description of selection criteria:

Not Provided

Minimum level(s) of standards possibly required (if applicable) :

Not Provided
III.1.5) Information about reserved contracts (if applicable)

The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons:
No

The execution of the contract is restricted to the framework of sheltered employment programmes:
No
III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions

Not Provided
III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract:
No

Section IV: Procedure

IV.1) Description RESTRICTED

IV.1.1) Type of procedure:Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement – NO
The procurement involves the setting up of a dynamic purchasing system – NO

In the case of framework agreements justification for any duration exceeding 4 years:
Not Provided
IV.1.6) Information about electronic auction:

An electronic auction will be used:
No

Additional information about electronic auction:
Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure:

Notice number in the OJ S:
Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate

Date:
13/12/2024 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates:20/01/2025
IV.2.4) Languages in which tenders or requests to participate may be submitted:English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:Not Provided

Section VI: Complementary Information

VI.1) Information about recurrence

This is a recurrent procurement:
No

Estimated timing for further notices to be published:
Not provided
VI.2) Information about electronic workflows

Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.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
VI.4) Procedures for review

VI.4.1) Review body:
North Wales Fire and Rescue Service
Ffordd Salesbury, Saint Asaph Business Park, Saint Asaph, LL17 0JJ, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice:05/11/2024
Annex A

Awarding Authority:

North Wales Fire and Rescue Service Ffordd Salesbury, Saint Asaph Business Park Saint Asaph LL17 0JJ UK +44 1276673880 [email protected] https://www.northwalesfire.gov.wales/