Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Cleaning Solutions

  • First published: 17 November 2023
  • Last modified: 17 November 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-041a28
Published by:
North Western Universities Purchasing Consortium
Authority ID:
AA80234
Publication date:
17 November 2023
Deadline date:
19 December 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Air Care (including Air freshener, odour control and air care products), Cleaning Chemicals (including Multi-purpose cleaning products, window, glass and stainless steel cleaner; Degreaser; descaler; bleaches and disinfectants; specialist and heavy duty cleaning products; oven cleaner; toilet cleaner; Floor cleaners, maintainer and polishes; carpet cleaner; Dishwashing detergent, cleaning agents; washing up liquid; Laundry Products; Concentrated chemicals, trigger sprays and dosing systems), Janitorial Equipment (including Cloths including microfibre cloths; dishcloths; heavy duty cloths; dusters; Scourers and sponges; Bin sack holders; Brushes and brooms including broom heads and handles; grout brushes; deck brushes; dust pans and brushes; dish washing brushes; Mopping systems including flat mopping systems, dust mopping, mop heads and handles; squeegee systems; buckets and wringers; Toilet brushes and toilet brush sets; Floor signs; High level cleaning systems; Laundry Equipment including ironing boards and covers; Litter collection equipment, weather safety equipment including rock salt; Trolleys); Skincare (including Hand lotion, hand soap and hand sanitiser; toiletries for conferencing). This list is not exhaustive.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

North Western Universities Purchasing Consortium

04045190

Room 404, 4th Floor, Crescent House, University of Salford

Salford

M5 4WT

UK

Contact person: Dominique Deveroux

Telephone: +44 1618010

E-mail: Dominique.deveroux@nwupc.ac.uk

NUTS: UK

Internet address(es)

Main address: https://nwupc.ac.uk/

Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/91080

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=74702&B=NWUPC


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=74702&B=NWUPC


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Other: Sub-central contracting authority

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Cleaning Solutions

Reference number: JAN3148 NW

II.1.2) Main CPV code

39800000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

NWUPC is establishing a multi-provider Framework Agreement for Cleaning Solutions which will amalgamate 3 existing agreements.

The agreement will start on 1st April 2024 for 2years with the option for 2, 12 month extensions. The lot structure will be:

Lot 1 Cleaning Chemicals and Janitorial Supplies (NWUPC and CPC)

Lot 2 Refuse Sacks (NWUPC and CPC)

Lot 3 Paper Hygiene Products (NWUPC and CPC)

Lot 4 Cleaning Consumables (GB) (NWUPC and CPC)

Lot 5 Cleaning Consumables (Northern Ireland) (NWUPC and CPC)

Lot 6 Cleaning Equipment Supply and Maintenance

Lot 7 Recycling Bins and Street Furniture

The following organisations have committed to this procurement:

All Lots:

https://www.nwupc.ac.uk/our-members

https://www.thecpc.ac.uk/members/

Lots 6 and 7:

http://www.apuc-scot.ac.uk/#!/members

http://www.hepcw.ac.uk/about-us-2/

https://www.lupc.ac.uk/member-list

http://www.neupc.ac.uk/our-members

https://www.supc.ac.uk/about-us/our-members/our-members

II.1.5) Estimated total value

Value excluding VAT: 25 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Any combination of Lots 1-5

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1- Cleaning & Janitorial Supplies

II.2.2) Additional CPV code(s)

39800000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Air Care (including Air freshener, odour control and air care products), Cleaning Chemicals (including Multi-purpose cleaning products, window, glass and stainless steel cleaner; Degreaser; descaler; bleaches and disinfectants; specialist and heavy duty cleaning products; oven cleaner; toilet cleaner; Floor cleaners, maintainer and polishes; carpet cleaner; Dishwashing detergent, cleaning agents; washing up liquid; Laundry Products; Concentrated chemicals, trigger sprays and dosing systems), Janitorial Equipment (including Cloths including microfibre cloths; dishcloths; heavy duty cloths; dusters; Scourers and sponges; Bin sack holders; Brushes and brooms including broom heads and handles; grout brushes; deck brushes; dust pans and brushes; dish washing brushes; Mopping systems including flat mopping systems, dust mopping, mop heads and handles; squeegee systems; buckets and wringers; Toilet brushes and toilet brush sets; Floor signs; High level cleaning systems; Laundry Equipment including ironing boards and covers; Litter collection equipment, weather safety equipment including rock salt; Trolleys); Skincare (including Hand lotion, hand soap and hand sanitiser; toiletries for conferencing). This list is not exhaustive.

II.2.5) Award criteria

Criteria below:

Quality criterion: Customer Requirements / Weighting: 50%

Price / Weighting:  50%

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

Start: 01/04/2024

End: 31/03/2028

This contract is subject to renewal: Yes

Description of renewals:

This Framework Agreement will commence on 1st April 2024 for an initial period of 24 months until 31st March 2026 with the option to extend the Agreement for 12 months until 31st March 2027 and a further 12 months until 31st March 2028 subject to satisfactory Economic Operator performance.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

II.2.14) Additional information

Please read the complete tender document set, including the supplier guide to tendering, prior to completing.

Lot No: 2

II.2.1) Title

Lot 2- Refuse Sacks

II.2.2) Additional CPV code(s)

39800000

19640000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot covers refuse sacks including light, medium and heavy duty sacks; bin liners; clinical waste sacks; recycling bags; compostable bags; potato starch bags; biodegradable bags. These products will be required in a variety of weights, sizes and colours. This list is not exhaustive.

II.2.5) Award criteria

Criteria below:

Quality criterion: Customer Requirements / Weighting: 30%

Price / Weighting:  70%

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

Start: 01/04/2024

End: 31/03/2028

This contract is subject to renewal: Yes

Description of renewals:

This Framework Agreement will commence on 1st April 2024 for an initial period of 24 months until 31st March 2026 with the option to extend the Agreement for 12 months until 31st March 2027 and a further 12 months until 31st March 2028 subject to satisfactory Economic Operator performance.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

II.2.14) Additional information

Please read the complete tender document set, including the supplier guide to tendering, prior to completing.

Lot No: 3

II.2.1) Title

Lot 3- Paper Hygiene Products (NWUPC and CPC)

II.2.2) Additional CPV code(s)

39800000

33760000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Toilet tissue including folded toilet tissue, jumbo and mini jumbo rolls, toilet rolls including generic and system specific rolls; hand towels to include folded hand towels and rolled hand towels; facial tissues; wipes, wiping paper and centre feed rolls. These products will be required in a variety of sizes and weights (gsm). This list is not exhaustive.

II.2.5) Award criteria

Criteria below:

Quality criterion: Customer Requirements / Weighting: 30%

Price / Weighting:  70%

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

Start: 01/04/2024

End: 31/03/2028

This contract is subject to renewal: Yes

Description of renewals:

This Framework Agreement will commence on 1st April 2024 for an initial period of 24 months until 31st March 2026 with the option to extend the Agreement for 12 months until 31st March 2027 and a further 12 months until 31st March 2028 subject to satisfactory Economic Operator performance.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

II.2.14) Additional information

Please read the complete tender document set, including the supplier guide to tendering, prior to completing.

Lot No: 4

II.2.1) Title

Lot 4- Cleaning Consumables (Great Britain and British Isles)

II.2.2) Additional CPV code(s)

39800000

33760000

19640000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

• Cleaning Chemicals and Janitorial Supplies as per lot 1, Refuse Sacks as per lot 2, Paper Hygiene Products as per lot 3.

This lot is to be used where a member institution has a combined requirement for two or more of the following categories of product: cleaning chemicals and janitorial supplies; refuse sacks, paper hygiene products.

Where members have a requirement for the supply of two or more of the following categories of product: cleaning chemicals and janitorial supplies, refuse sacks and paper hygiene products; members may call off separately from the relevant lots of lots 1-3, or they may use the cleaning consumables lot 4 via a single call off. Lot 4 cannot be used to call off for requirements relating only to a single product category (as listed above).

II.2.5) Award criteria

Criteria below:

Quality criterion: Customer Requirements / Weighting: 50%

Price / Weighting:  50%

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

Start: 01/04/2024

End: 31/03/2028

This contract is subject to renewal: Yes

Description of renewals:

This Framework Agreement will commence on 1st April 2024 for an initial period of 24 months until 31st March 2026 with the option to extend the Agreement for 12 months until 31st March 2027 and a further 12 months until 31st March 2028 subject to satisfactory Economic Operator performance.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

II.2.14) Additional information

Please read the complete tender document set, including the supplier guide to tendering, prior to completing.

Lot No: 5

II.2.1) Title

Lot 5- Cleaning Consumables (Northern Ireland)

II.2.2) Additional CPV code(s)

39800000

19640000

33760000

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

Cleaning Chemicals and Janitorial Supplies as per lot 1, Refuse Sacks as per lot 2, Paper Hygiene Products as per lot 3 to Member Institutions in Northern Ireland.

II.2.5) Award criteria

Criteria below:

Quality criterion: Customer Requirements / Weighting: 30%

Price / Weighting:  70%

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

Start: 01/04/2024

End: 31/03/2028

This contract is subject to renewal: Yes

Description of renewals:

This Framework Agreement will commence on 1st April 2024 for an initial period of 24 months until 31st March 2026 with the option to extend the Agreement for 12 months until 31st March 2027 and a further 12 months until 31st March 2028 subject to satisfactory Economic Operator performance.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

II.2.14) Additional information

Please read the complete tender document set, including the supplier guide to tendering, prior to completing.

Lot No: 6

II.2.1) Title

Lot 6- Cleaning Equipment Supply and Maintenance

II.2.2) Additional CPV code(s)

39800000

39713400

42999000

42972000

39713420

39713430

39713410

39713431

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

• Mandatory:

• The supply of cleaning machines for commercial and professional use in member institutions including:

• Scrubber-Dryers Walk Behind and Scrubber-Dryers Ride-On, Sweeper-Scrubbers, Sweepers Walk-Behind and Ride-on Sweepers, Steamers, Carpet Extractors and Upholstery cleaners, Floor Burnishers and Single Disc Machines, Vacuum (upright, tub and backpack), Pressure washers, High level cleaning equipment, Gum Removal Equipment and other cleaning equipment as appropriate for commercial and professional use.

• Robotic cleaning machinery

• The supply of associated accessories, parts and consumables for Cleaning Equipment.

• The provision of training and product support to Institutional staff.

Non-mandatory:

• In support of the circular economy, agreement users may request the supply of refurbished equipment and associated products. It is not a mandatory requirement of the agreement that awarded suppliers are able to offer such products, but such options will be encouraged and supported by participating consortia and members. Such products may be provided on a limited warranty basis.

• Cleaning equipment maintenance and servicing on either a regular, pre-planned basis or, on a reactive, ad hoc repair basis as required by Member Institutions.

II.2.5) Award criteria

Criteria below:

Quality criterion: Customer Requirements / Weighting: 40%

Price / Weighting:  60%

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

Start: 01/04/2024

End: 31/03/2028

This contract is subject to renewal: Yes

Description of renewals:

This Framework Agreement will commence on 1st April 2024 for an initial period of 24 months until 31st March 2026 with the option to extend the Agreement for 12 months until 31st March 2027 and a further 12 months until 31st March 2028 subject to satisfactory Economic Operator performance.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

II.2.14) Additional information

Please read the complete tender document set, including the supplier guide to tendering, prior to completing.

Lot No: 7

II.2.1) Title

Lot 7- Recycling Bins and Street Furniture

II.2.2) Additional CPV code(s)

34928400

39224340

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Mandatory:

Recycling Bins covering internal bins; external bins; metal bins; plastic bins; lockable bins; non-lockable bins and sack retention systems in a range of materials, sizes, weights, colours and with a variety of fixings. Bespoke recycling solutions are also included within the scope. These “Goods” will be utilised in a range of areas including, residential accommodation, kitchens, teaching rooms, office spaces and externally. This list is not exhaustive.

The scope also includes

• Installation and siting of relevant products

• Signage, including bespoke options, and options that align with WRAPs Recycle Now and Wales Recycles logos, Zero Waste Scotland and other widely utilised logo standards for the above products to support and encourage the correct disposal of waste materials for recycling.

• ‘Smart’ waste solutions to support recycling rates and drive efficiencies e.g. fill level sensors

Non-mandatory:

In support of the circular economy, agreement users may request the supply of refurbished products. It is not a mandatory requirement of the agreement that awarded suppliers are able to offer such products, but such options will be encouraged and supported by participating consortia and members.

Street Furniture including seating; bollards; planters; cycle shelters, cycle parking and storage; smoking shelters; general shelters and canopies; bin housing; winter safety products all in a variety of sizes and materials. Bespoke street furniture solutions are also included within the scope. This list is not exhaustive.

Suppliers supplying street furniture must be able to offer installation and siting of relevant products.

The scope also covers ‘smart’ street furniture solutions e.g. furniture with the facility to provide connectivity to Wi-Fi

II.2.5) Award criteria

Criteria below:

Quality criterion: Customer Requirements / Weighting: 40%

Price / Weighting:  60%

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

Start: 01/04/2024

End: 31/03/2028

This contract is subject to renewal: Yes

Description of renewals:

This Framework Agreement will commence on 1st April 2024 for an initial period of 24 months until 31st March 2026 with the option to extend the Agreement for 12 months until 31st March 2027 and a further 12 months until 31st March 2028 subject to satisfactory Economic Operator performance.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

II.2.14) Additional information

Please read the complete tender document set, including the supplier guide to tendering, prior to completing.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

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 with several operators.

Envisaged maximum number of participants to the framework agreement: 38

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 19/12/2023

Local time: 13:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 19/12/2023

Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

At some point during the life of the Framework Agreement the current members of the following may wish to utilise the Agreement and should have access at any point with the permission of NWUPC. This Agreement is not intended to replace any current Agreements that either participating or non-participating Institutions may already have in place. A list of the current members is available as follows:

Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide

https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide

https://www.gov.uk/government/organisations

Local Authorities

https://www.gov.uk/find-local-council

https://www.local.gov.uk

NDPBs

https://www.gov.uk/government/organisations

National Parks Authorities

http://www.nationalparks.uk

Police Forces in the United Kingdom

http://www.police.uk/?view=force_sites

https://www.police-information.co.uk/index.html

http://www.scotland.police.uk

Fire and Rescue Services in the United Kingdom

https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services

NHS Bodies England

https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx

Hospices in the UK

https://www.hospiceuk.org/about-hospice-care/find-a-hospice

Registered Social Landlords (Housing Associations)

Third Sector and Charities in the United Kingdom

https://www.gov.uk/government/organisations/charity-commission

http://www.oscr.org.uk

Citizens Advice in the United Kingdom

http://www.citizensadvice.org.uk/index/getadvice.htm

www.cas.org.uk

NI Public Bodies

Northern Ireland Government Departments

https://www.northernireland.gov.uk/topics/your-executive/government-departments

https://www.nidirect.gov.uk/contacts/government-departments-in-northern-ireland

Northern Ireland Public Sector Bodies and Local Authorities

https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies

Schools and Universities in Northern Ireland

https://www.education-ni.gov.uk/

Health and Social care in Northern Ireland

http://online.hscni.net

Northern Ireland Housing Associations

https://www.nidirect.gov.uk/contacts/housing-associations

Police Service of Northern Ireland

https://www.psni.police.uk

VI.4) Procedures for review

VI.4.1) Review body

NWUPC Ltd

oom 404, 4th Floor, Crescent House, University of Salford

Salford

M5 4WT

UK

Telephone: +44 1612348000

E-mail: procurement@nwupc.ac.uk

VI.5) Date of dispatch of this notice

15/11/2023

Coding

Commodity categories

ID Title Parent category
39713431 Accessories for vacuum cleaners Electrical domestic appliances for cleaning; smoothing irons
39224340 Bins Brooms and brushes and other articles of various types
39800000 Cleaning and polishing products Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
39713420 Floor polishers Electrical domestic appliances for cleaning; smoothing irons
39713410 Floor-cleaning machines Electrical domestic appliances for cleaning; smoothing irons
39713400 Floor-maintenance machines Electrical domestic appliances for cleaning; smoothing irons
42999000 Non-domestic vacuum cleaners and floor polishers Miscellaneous special-purpose machinery
42972000 Parts of cleaning machines Parts of dishwashing machines and of machines for cleaning, filling, packing or wrapping
19640000 Polythene waste and refuse sacks and bags Leather, textile, rubber and plastic waste
33760000 Toilet paper, handkerchiefs, hand towels and serviettes Personal care products
34928400 Urban furniture Road furniture
39713430 Vacuum cleaners Electrical domestic appliances for cleaning; smoothing irons

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Dominique.deveroux@nwupc.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.