Tender

Provision of Washroom and Associated Services

THE POLICE AND CRIME COMMISSIONER FOR WARWICKSHIRE

This public procurement record has 1 release in its history.

Tender

16 Jan 2026 at 11:54

Summary of the contracting process

The Police and Crime Commissioner for Warwickshire is currently seeking bids for the provision of washroom and associated services at multiple sites, under an open procurement method. This tender falls under the services category and is a below-threshold, open competition designed to support participation from small and medium-sized enterprises (SMEs), especially those offering local service capabilities. The project, titled "Provision of Washroom and Associated Services," requires a supplier to maintain and manage washroom hygiene across Warwickshire Police sites. Interested parties can submit their bids until the 13th of February, 2026 at midday, with the contract beginning on the 1st of April, 2026, for an initial three-year period, with the possibility of two 12-month extensions. Site visits to help understand the operational environment will occur on the 27th of January, 2026.

This tender presents an excellent opportunity for SMEs, particularly those skilled in hygiene services and capable of offering flexible, innovative, and reliable service solutions. Businesses experienced in hygiene service provision, waste management, and facility maintenance will find this contract beneficial for growth by aligning with a significant public authority like Warwickshire Police. The requirements call for services such as sanitary waste collection, hygiene consumables replenishment, and dispensing machine maintenance, meaning businesses with expertise in these specific areas would be well-suited to compete. The contract ensures regular business prospects with the potential for extension, providing a stable platform for expanding service portfolios and strengthening business relationships within the public sector.

How relevant is this notice?

Notice Information

Notice Title

Provision of Washroom and Associated Services

Notice Description

The Police & Crime Commissioner for Warwickshire is seeking to appoint a competent and reliable Supplier to deliver a fully managed washroom service across multiple Warwickshire Police sites. This below threshold opportunity is designed to encourage strong participation from small and medium sized enterprises (SMEs), specialist hygiene providers and organisations with local service capability. Suppliers will be responsible for delivering high quality, efficient and discreet hygiene services that support the Authority's aim of maintaining clean, safe and compliant facilities across its estate. The Authority particularly welcomes submissions from SMEs that can offer flexible, responsive and innovative approaches. Service Requirements Include (but are not limited to): * Female washroom hygiene services, including planned sanitary waste collection and disposal, and the replenishment of hygiene consumables (e.g., pad dispensers, bag dispensers). * Male washroom hygiene services, including water manager maintenance, replacement of urinal sleeves and planned urinal servicing. * Specialist waste services, including hazardous, non-hazardous, sharps, clinical, medical and PPE waste collection and disposal. * Other hygiene services, such as door mat cleaning and replacement, nappy waste collection, and the installation/servicing of air freshening units. Service Delivery Expectation The Supplier shall provide a programme of planned, scheduled services across all relevant sites and must additionally be able to deliver ad-hoc services upon request, ensuring flexibility and responsiveness to operational policing needs. The Authority seeks a Supplier who can demonstrate: * Consistently high service standards aligned with policing operational requirements. * Minimal disruption to day to day policing operations. * Professionalism and discretion, recognising the sensitive nature of police premises. * The ability to maintain clean, hygienic and compliant washroom environments. * Responsive delivery of both planned and ad hoc services. Additional Information Suppliers are strongly advised to review the full tender documents, available via the In-Tend e tendering portal https://sell2.in-tend.co.uk/blpd/publictenders. All details relating to the service scope, submission requirements and evaluation approach are contained within the tender pack. Site visits will take place on 27 January 2026 Suppliers are strongly encouraged to register for a site visit, as it will support accurate pricing and understanding of the operational environment. Registration details are included within the Invitation to Tender on the In-Tend portal. Contract Details The contract will commence on 01 April 2026 with an initial term of 3 years with options to extend for 2 x 12 months at the Authority's discretion. The budget for this contract is PS30,000 (net) per annum inclusive of regular, reactive and ad-hoc services and all equipment and consumables for the next financial year. The Authority reserves the right to award the contract directly under Schedule 5, paragraph 8 of the Procurement Act if the competitive procedure does not result in an acceptable tender. In accordance with the provisions of schedule 5, paragraph 8 of the Procurement Act, the Authority reserves the right to make a future direct award of a contract to the existing supplier that are similar to existing goods, services and works provided under the scope of this contract. All questions regarding this procurement should be made via the Correspondence function on the In-Tend portal. Link to Supplier User guide for the In-Tend portal https://bluelightcommercial.police.uk/media/2284/sell2bluelight-in-tend-full-supplier-guide.pdf

Lot Information

Lot 1

Renewal: At the Authority's discretion the contract may be extended for 2 period of 12 months each.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-060786
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/003830-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Below threshold - open competition
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products

42 - Industrial machinery

45 - Construction work

85 - Health and social work services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

39811200 - Air sanitisers

39831700 - Automatic soap dispensers

42933100 - Sanitary vending machines

42968200 - Sanitary dispensing machines

45332400 - Sanitary fixture installation work

85142300 - Hygiene services

90513000 - Non-hazardous refuse and waste treatment and disposal services

90520000 - Radioactive-, toxic-, medical- and hazardous waste services

90524000 - Medical waste services

90524100 - Clinical-waste collection services

90524200 - Clinical-waste disposal services

90524300 - Removal services of biological waste

90900000 - Cleaning and sanitation services

90918000 - Bin-cleaning services

90920000 - Facility related sanitation services

Notice Value(s)

Tender Value
£150,000 £100K-£500K
Lots Value
£150,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 Jan 20263 days ago
Submission Deadline
13 Feb 20264 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Mar 2026 - 31 Mar 2029 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
THE POLICE AND CRIME COMMISSIONER FOR WARWICKSHIRE
Contact Name
Not specified
Contact Email
procurement@warwickshire.police.uk
Contact Phone
Not specified

Buyer Location

Locality
LEEK WOOTTON
Postcode
CV35 7QB
Post Town
Coventry
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG1 Herefordshire, Worcestershire and Warwickshire
Small Region (ITL 3)
TLG13 Warwickshire CC
Delivery Location
TLG13 Warwickshire CC

Local Authority
Warwick
Electoral Ward
Warwick All Saints & Woodloes
Westminster Constituency
Warwick and Leamington

Further Information

Notice Documents

Notice URLs

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-060786-2026-01-16T11:54:41Z",
    "date": "2026-01-16T11:54:41Z",
    "ocid": "ocds-h6vhtk-060786",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PXNY-4251-DZLZ",
            "name": "The Police and Crime Commissioner for Warwickshire",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PXNY-4251-DZLZ"
            },
            "address": {
                "streetAddress": "Warwickshire Police Headquarters",
                "locality": "Leek Wootton",
                "postalCode": "CV35 7QB",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKG13"
            },
            "contactPoint": {
                "email": "procurement@warwickshire.police.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PXNY-4251-DZLZ",
        "name": "The Police and Crime Commissioner for Warwickshire"
    },
    "tender": {
        "id": "WPA25-0062",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Provision of Washroom and Associated Services",
        "description": "The Police & Crime Commissioner for Warwickshire is seeking to appoint a competent and reliable Supplier to deliver a fully managed washroom service across multiple Warwickshire Police sites. This below threshold opportunity is designed to encourage strong participation from small and medium sized enterprises (SMEs), specialist hygiene providers and organisations with local service capability. Suppliers will be responsible for delivering high quality, efficient and discreet hygiene services that support the Authority's aim of maintaining clean, safe and compliant facilities across its estate. The Authority particularly welcomes submissions from SMEs that can offer flexible, responsive and innovative approaches. Service Requirements Include (but are not limited to): * Female washroom hygiene services, including planned sanitary waste collection and disposal, and the replenishment of hygiene consumables (e.g., pad dispensers, bag dispensers). * Male washroom hygiene services, including water manager maintenance, replacement of urinal sleeves and planned urinal servicing. * Specialist waste services, including hazardous, non-hazardous, sharps, clinical, medical and PPE waste collection and disposal. * Other hygiene services, such as door mat cleaning and replacement, nappy waste collection, and the installation/servicing of air freshening units. Service Delivery Expectation The Supplier shall provide a programme of planned, scheduled services across all relevant sites and must additionally be able to deliver ad-hoc services upon request, ensuring flexibility and responsiveness to operational policing needs. The Authority seeks a Supplier who can demonstrate: * Consistently high service standards aligned with policing operational requirements. * Minimal disruption to day to day policing operations. * Professionalism and discretion, recognising the sensitive nature of police premises. * The ability to maintain clean, hygienic and compliant washroom environments. * Responsive delivery of both planned and ad hoc services. Additional Information Suppliers are strongly advised to review the full tender documents, available via the In-Tend e tendering portal https://sell2.in-tend.co.uk/blpd/publictenders. All details relating to the service scope, submission requirements and evaluation approach are contained within the tender pack. Site visits will take place on 27 January 2026 Suppliers are strongly encouraged to register for a site visit, as it will support accurate pricing and understanding of the operational environment. Registration details are included within the Invitation to Tender on the In-Tend portal. Contract Details The contract will commence on 01 April 2026 with an initial term of 3 years with options to extend for 2 x 12 months at the Authority's discretion. The budget for this contract is PS30,000 (net) per annum inclusive of regular, reactive and ad-hoc services and all equipment and consumables for the next financial year. The Authority reserves the right to award the contract directly under Schedule 5, paragraph 8 of the Procurement Act if the competitive procedure does not result in an acceptable tender. In accordance with the provisions of schedule 5, paragraph 8 of the Procurement Act, the Authority reserves the right to make a future direct award of a contract to the existing supplier that are similar to existing goods, services and works provided under the scope of this contract. All questions regarding this procurement should be made via the Correspondence function on the In-Tend portal. Link to Supplier User guide for the In-Tend portal https://bluelightcommercial.police.uk/media/2284/sell2bluelight-in-tend-full-supplier-guide.pdf",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "39811200",
                        "description": "Air sanitisers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "39831700",
                        "description": "Automatic soap dispensers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42933100",
                        "description": "Sanitary vending machines"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42968200",
                        "description": "Sanitary dispensing machines"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45332400",
                        "description": "Sanitary fixture installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85142300",
                        "description": "Hygiene services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90513000",
                        "description": "Non-hazardous refuse and waste treatment and disposal services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90520000",
                        "description": "Radioactive-, toxic-, medical- and hazardous waste services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90524000",
                        "description": "Medical waste services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90524100",
                        "description": "Clinical-waste collection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90524200",
                        "description": "Clinical-waste disposal services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90524300",
                        "description": "Removal services of biological waste"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90900000",
                        "description": "Cleaning and sanitation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90918000",
                        "description": "Bin-cleaning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90920000",
                        "description": "Facility related sanitation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKG13",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 180000,
            "amount": 150000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Below threshold - open competition",
        "mainProcurementCategory": "services",
        "aboveThreshold": false,
        "submissionMethodDetails": "https://sell2.in-tend.co.uk/blpd/publictenders You must submit one electronic copy of the entire tender response via the Tendering portal. Please clearly label the title of all electronic files uploaded so that they are easily identifiable. The Tender must be completed in English. In submitting your electronic copy via the Tendering portal, please upload your submission using the 'Attach documents' button - please do not send via any other method and please do not use the correspondence function as this will not be accepted. Please ensure that once attached you click 'Submit Response'. Failure to submit by the required deadline will result in disqualification from the procedure. Following the return of complete submissions these will be assessed against the award criteria, process and scoring matrix as set out in the Invitation to Tender. NOTE: Large files may take some time to upload. We advise that you log-on to commence your upload process at least 2 hours prior to the deadline. The preference is for all documents to be provided in PDF except for Excel Pricing files which should be submitted as live Excel files. Zip files are permitted but please not place zip files within zip files. Please keep file names concise. Unless specifically requested, links or references to websites must not be provided as an answer in response to any question Once you have submitted your tender the system will show you a receipt of your Return Submission and the status at the bottom of the tender submission will change to Return Submitted. The tendering portal will allow you to update a tender / quotation once submitted, but only before the submission deadline. It is the latest submission that will be reviewed for the purposes of evaluation. Once the Deadline for ITT submissions has passed, the portal will automatically lock ensuring no late submission can be made and Suppliers will not be able to modify any documents submitted or submit any further documentation. The opening ceremony will be performed on or after Midday 12:00 hrs GMT 13th February 2026. All tenders will be opened and validated by personnel authorised to do so by the Authority.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed"
        },
        "tenderPeriod": {
            "endDate": "2026-02-13T12:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-02-09T17:00:00+00:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 180000,
                    "amount": 150000,
                    "currency": "AED"
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2029-03-31T23:59:59+01:00",
                    "maxExtentDate": "2031-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "At the Authority's discretion the contract may be extended for 2 period of 12 months each."
                },
                "awardCriteria": {
                    "description": "Supplier Assurance - Pass/Fail Mandatory Questions - Pass/Fail Technical & Social Value Questions and Pricing - 100 The Authority is using a price per quality point method, dividing each supplier's price by it's quality score. Full and further details are provided in the Invitation to Tender and Supplier Response Documents."
                }
            }
        ],
        "documents": [
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "url": "https://sell2.in-tend.co.uk/blpd/publictenders"
            },
            {
                "id": "003830-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/003830-2026",
                "datePublished": "2026-01-16T11:54:41Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}