RIGSPOLITIET has floated a tender for Contract notice: Cleaning services. The project location is Denmark and the tender is closing on 10 Jul 2018. The tender notice number is 250533-2018, while the TOT Ref Number is 24104428. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Denmark

Summary : Contract notice: Cleaning services

Deadline : 10 Jul 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 24104428

Document Ref. No. : 250533-2018

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : RIGSPOLITIET
Office Name: Rigspolitiet
Address: Polititorvet 14
Town: Copenhagen
Postal Code: 1780
Contact Point: Camilla Sørensen

Phone: +45 61975653

Denmark
Email :cso036@politi.dk
URL :https://www.politi.dk

Tender Details

Object of the contract
Cleaning services

Description: Contract notice: Cleaning services

Authority Type: Ministry or any other national or federal authority
Contact Nature: Services
Procedure: Competitive procedure with negotiation
Document: Contract notice
Regulation: European Union, with participation by GPA countries
Award criteria: The most economic tender
CPV code: 90910000, 45222300, 50111100, 50700000, 55512000, 75251100, 77310000, 77314000, 79992000, 90500000, 90511000, 90620000, 90910000, 90911300, 98310000, 98341120, 98341140, 90910000, 45222300, 50111100, 50700000, 55512000, 75251100, 77310000, 77314000, 79992000, 90500000, 90511000, 90620000, 90911300, 98310000, 98341120, 98341140
CPV Description: Cleaning services.

Engineering work for security installations.

Vehicle-fleet management services.

Repair and maintenance services of building installations.

Canteen management services.

Firefighting services.

Planting and maintenance services of green areas.

Grounds maintenance services.

Reception services.

Refuse and waste related services.

Refuse collection services.

Snow-clearing services.

Window-cleaning services.

Washing and dry-cleaning services.

Portering services.

Caretaker services.

Facility management for the Police, the Central Prosecutor's Office and the Correctional Facility

Facility Management for the Police, the Central Prosecutor's Office and the Correctional Service (Contractor) must be offered during a overall agreement. The facility management tasks (FM) in the Police have previously been offered as oneintegrated solution and is today promised through an FM contract covering all police districts and sites under the Police. FM in the Central Public Prosecutor's Office has been partially raised through the police's FM contract, partly through its own staff and partly through smaller service contacts, while FM for the Correctional Services is today taken over several smaller service contracts and their own staff. This contract has a forveestimated value of 250-350, 000, 000 DKK and will cover the following service areas: cleaning, canteen, internal service, lost goods, lorry service, building engineering, landscaping, building maintenance, land management and business critical tasks.

Main Site: Facility management must be carried out on sites and areas, which geographically distributes across the country.

Facility Management for the Police, The CentRale Prosecutor's Office as well as the Criminal Investigator (Contractor) must be offered under a collective agreement. The Facility Management Tasks (FM) in the Police have previously been offered as an integrated solution and are today promised through an FM contract covering all police forces and sites under the Police. FM in the Central Prosecutor's Office has been partially raised through the police's FM contract, partly on its ownsonal and partly through smaller service contacts, while FM for the Correctional Service is today implemented through several smaller service contracts and own staff. This contract has an expected annual value of DKK 250-350, 000, 000 and will cover the following service areas: cleaning, canteen, internal service, lost goods, lorry service, building engineering, landscaping, building maintenance, land management and business writing

The contract is expected to begin mid-April 2019. The deliveries are expected to be put into operation for the Police and the Central Prosecutor's Office on 1.9.2019, while the operation of the criminal service is expected to commence on 1.11.2019.

The offer is expected to cover approx. 270 sites of varying sizes, with a net area of approx. 450, 000 m2, distributed over most of Denmark and will cover a large partof the current facility management at the sites. Localities include, among other things, police stations, administrative buildings, garages, trustees, archives and schools. In addition, the locations of detention houses and prisons for which particular circumstances apply, as facility management tasks form part of the occupation of the prisoners and thus only to a limited extentare covered by this agreement. It is not all services performed in all locations. This depends on the type and size of the site in question.

The contractor's agreement with this agreement is to ensure that the services can be adapted to the specific needs of the contracting entity and the contractor's users. The agreement therefore contains a flexible change mechanism.

The supplier will-get the company assignment a significant number of employees from the Savel Contractor as from the current suppliers. Further information on this is given in Annex 14 of the contract.

Applicants must submit the single European tender document (hereinafter ESPD) stating the following information:

1) Applicants' solvency ratio in the last 3 available financial statements. The information must be given in ESPD Part IV, -Section B - Financial ratios;

2) Applicant's total turnover in the last 3 available financial statements. The information must be given in ESPD Part IV, Part B - Total Arsenic Sets.

ESPD serves as a preliminary proof that applicants meet the minimum eligibility requirements in relation to economic and financial capacity. Prior to the award decision, the bidder which the contracting entity intends to: at assign the contract, provide documentation that the information in the ESPD is correct. At the request of the contracting entity, the following financial and financial documentation must be provided:

- Statement of the company's equity and assets in the 3 most recent available financial statements, depending on where the company was established, if the equity and assets figures are available. Ved an association of companies (eg a consortium), the information must be provided for each of the participating companies in the association. If the company is based on the economic and financial form of other entities (eg a parent company or a subcontractor), the information must also be provided for these entities.

Declaration of the company's total turnover in the last 3-available accounts, depending on where the company was established or started its business if the figures for this turnover are available. For an association of companies (eg a consortium), the information must be provided for each of the participating companies in the association. The company relies on the economic and financial form of other entities (eg, a parent, sistercompany or subcontractor), the information must also be provided for these units.

For further information on completing ESPD, please refer to section 4.1 of the Terms and Conditions.

Participation and all communication in the tender can only be made through the electronic procurement system, cf. the address in point I. 3). To access the tender documents, applicants must be registered or register as bbroods. Further information about communication in the procurement process is given in Section 3.2 of the Terms and Conditions.

Safely the application contains several versions (versions) of the same document, the latest uploaded version will be applicable.

The applicant will be excluded from participation in the procurement procedure if the applicant is covered by - 135 and 136 of the Public Procurement Actgrounds for appeal unless the applicant has provided sufficient evidence that it is palpable in accordance with section 138 of the Procurement Act.

Applicants must submit an ESPD as proof of the provisions of section 148 (3) of the Procurement Act. 1, No. 1-3, mentioned conditions. For a group of companies (eg a consortium), a separate ESPD must be submitted for each of the participantsnde economic operators. Safely the applicant is based on the form of other entities, an ESPD must be submitted for each of the devices on which it is based. Further information on the completion of the ESPD is given in Section 4.1 of the Terms and Conditions. For further information about the Contractor's obtaining documentation, please refer to Section 7.2 of the Terms of Service.

Orderholder expects in immediate-extension of the pre-qualification requesting tenderers to provide documentation for the information provided in the ESPD pursuant to section 151-152 of the Public Procurement Act, cf. section 153. In relation to point II.2.6), it is noted that the amount constitutes a loss above the expected contractual amount for the full term of the contract, including the price of all options. The survey is based on historical consumption saidWith respect to point II.2.7), the contracted amount is from the date of start-up of the first services. In addition to the contractual amount, during the termination of the agreement, there may be a need for a flexible flexible phase to ensure undisturbed operation in connection with anyIn relation to point IV.2.4), any annexes containing technical specifications, suitability documentation or brochure material may be formulated in English, Swedish or Norwegian.

Prior to the offer, a market dialogue has been conducted. Relevant material from this can be found in the electronic procurement system, cf. Section I.3).

There will be 20.6.2018, at. 10:00 to be heldAn information meeting at Rigspolitet. Further information about this is given in Section 3.2.3 of the Terms and Conditions.

The contracting entity may use the procedure in section 159 (1) of the Procurement Act. 5 whose applications or offers do not meet the formal requirements of the tender
Internet address (URL): https://www.politi.dk
Directive: Classical Directive (2014/24/EU)

Documents

 Tender Notice