Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
ESPO
Barnsdale Way, Grove Park, Enderby
LEICESTER
LE19 1ES
UK
Contact person: Place & Environment Procurement Team
E-mail: tenders@espo.org
NUTS: UKF22
Internet address(es)
Main address: https://www.espo.org/
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Other: Local Authority Services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
239_24 Provision of Washroom Services
Reference number: 239_24
II.1.2) Main CPV code
90500000
II.1.3) Type of contract
Services
II.1.4) Short description
A Collaboration between ESPO, YPO and NEPO, with ESPO acting as the lead contracting authority.
Provision of a complete washroom services solution, including, but not limited to, collection and disposal of sanitary waste, nappy and incontinence waste, medical waste, sharps collection, clinical waste and offensive waste.
The framework also covers the provision of roller towers, hand dryers (rental), matting solutions and the supply of any and all associated washroom equipment (sanitary vending machines, air fresheners, soap dispensers, urinal sleeves, water saving taps and devices etc).
The scope of the framework agreement also includes the provision of period dignity and male incontinence products and services and provides the opportunity for service providers to offer alternative waste treatment methods, such as recycling and incineration, as an alternative to sending waste collected to landfill sites.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
120 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
90510000
90520000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Provision of a complete washroom services solution, including, but not limited to, collection and disposal of sanitary waste, nappy and incontinence waste, medical waste, sharps collection, clinical waste and offensive waste.
The framework also covers the provision of roller towers, hand dryers (rental), matting solutions and the supply of any and all associated washroom equipment (sanitary vending machines, air fresheners, soap dispensers, urinal sleeves, water saving taps and devices etc).
The scope of the framework agreement also includes the provision of period dignity and male incontinence products and services and provides the opportunity for service providers to offer alternative waste treatment methods, such as recycling and incineration, as opposed to sending waste collected to landfill sites.
II.2.5) Award criteria
Quality criterion: Non-Price
/ Weighting: 40
Price
/ Weighting:
60
II.2.11) Information about options
Options:
Yes
Description of options:
The framework agreement has the option to extend for up to a further 12 months. The total estimated value stated in Section II.1.7 includes the option period.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about 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:
2024/S 000-000609
Section V: Award of contract
Title: 239_24 Provision of Washroom Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
26/03/2024
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 4
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Elis UK Limited
00228604
First Floor, Chineham Gate Crockford Lane, Chineham, Basingstoke, Hampshire, RG24 8NA
UK
NUTS: UKJ3
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Hygiene Solutions and Systems Limited
07283066
Unit T Radius Court, Tungsten Park, Hinckley, Leicestershire, LE10 3BE
UK
NUTS: UKF2
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Personnel Hygiene Services Limited
00770813
C/O PHS GROUP, Block B, Western Industrial Estate, Caerphilly, CF83 1XH
UK
NUTS: UKL2
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Rentokil Initial UK Ltd
00301044
Compass House, Manor Royal, Crawley, West Sussex, RH10 9PY
UK
NUTS: UKJ2
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Lynton & Lynton Limited (T/A Woosh Washrooms)
14017805
Unit 33 Hopkinson Way, West Portway Industrial Estate, Andover, Hampshire, SP10 3ZE
UK
NUTS: UKJ3
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 120 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
As a Central Purchasing Body as defined in the Public Contracts Regulations 2015, the Framework Agreement is open for use by Public Bodies (defined at https://www.espo.org/amfile/file/download/file/9608/) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: https://www.espo.org/legal.
ESPO has established a commercial trading company, ESPO Trading Limited, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful Supplier may be asked to enter into an additional separate framework agreement (the Second Framework) with ESPO Trading Limited on materially similar terms to that found in the tender pack to be entered into by ESPO itself.
Any Second Framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Limited may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders information only.
An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.
VI.4) Procedures for review
VI.4.1) Review body
The Royal Court of Justice
The Strand
LONDON
WC2A 2LL
UK
Internet address(es)
URL: https://www.justice.gov.uk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Information on deadlines(s) for review procedures can be found in Part 3, Chapter 6 of the Public Contracts Regulations 2015.
VI.5) Date of dispatch of this notice
11/04/2024