Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Braintree District Council
Causeway House, Bocking End
Braintree
CM7 9HB
UK
Contact person: Lili Roqueta
Telephone: +44 1376551414
E-mail: lili.roqueta@braintree.gov.uk
NUTS: UKH3
Internet address(es)
Main address: www.braintree.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.delta-esourcing.com/tenders/UK-UK-Braintree:-Cleaning-and-polishing-products./6FW42GCT39
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Cleaning and Hygiene Supplies National Framework Agreement
Reference number: EPP0006
II.1.2) Main CPV code
39800000
II.1.3) Type of contract
Supplies
II.1.4) Short description
BDC are looking for suppliers able to provide cleaning and hygiene products
This will be a national framework agreement consisting of 2 Lots/Sub-lots as follows:
•Lot 1 – National (including Scotland, Wales, and Northern Ireland)
•Lot 2 – Regional (England only)
Sub-lot 2a – London and East of England
Sub-lot 2b – Southeast and Southwest
Sub-lot 2c – East Midlands and West Midlands
Sub-lot 2d – Northeast, Northwest, and Yorkshire
The Lots/Sublots (if awarded) will be awarded to up to three (3) suppliers on Lot 1 and up to two (2) suppliers in each Sub-lot, able to deliver all aspects of Cleaning and Hygiene Supplies.
II.1.5) Estimated total value
Value excluding VAT:
10 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 4
II.2) Description
Lot No: Lot 1
II.2.1) Title
Lot 1 - National
II.2.2) Additional CPV code(s)
33700000
39224300
39525800
39713000
39713410
39800000
39830000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
BDC are looking for suppliers able to provide cleaning and hygiene products, including but not limited to air care products, floor care/kitchen/washroom cleaning chemicals, emergency care, brooms and brushes, cleaning textiles and floor pads, hygiene paper, soaps and dispensers, gloves, sanitiser, detergents, chemicals, window cleaners, cleaning/janitorial equipment such as vacuums and pressure washers, PPE, pest control products and safety signs.
Lot 1 – National (including Scotland, Wales, and Northern Ireland)
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40%
Cost criterion: Price
/ Weighting: 60%
II.2.6) Estimated value
Value excluding VAT:
6 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
New documentation will be published in due course to re-establish this framework agreement once it has concluded
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:
No
II.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/6FW42GCT39
Lot No: Lot 2 (Sub Lot 2a)
II.2.1) Title
Regional Sub-lot 2a – London and East of England
II.2.2) Additional CPV code(s)
33700000
39224300
39525800
39713000
39713410
39800000
39830000
II.2.3) Place of performance
NUTS code:
UKI
UKH
Main site or place of performance:
LONDON,EAST OF ENGLAND
II.2.4) Description of the procurement
BDC are looking for suppliers able to provide cleaning and hygiene products, including but not limited to air care products, floor care/kitchen/washroom cleaning chemicals, emergency care, brooms and brushes, cleaning textiles and floor pads, hygiene paper, soaps and dispensers, gloves, sanitiser, detergents, chemicals, window cleaners, cleaning/janitorial equipment such as vacuums and pressure washers, PPE, pest control products and safety signs.
The national framework agreement will consist of 2 Lots/Sub-lots as follows:
Lot 2 – Regional - Sub-lot 2a – London and East of England
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40%
Cost criterion: Price
/ Weighting: 60%
II.2.6) Estimated value
Value excluding VAT:
1 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
New documentation will be published in due course to re-establish this framework agreement once it has concluded
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:
No
Lot No: Lot 2 - Sub-lot 2b
II.2.1) Title
Lot 2 Regional - Sub-lot 2b Southeast and Southwest
II.2.2) Additional CPV code(s)
33700000
39224300
39525800
39713000
39713410
39800000
39830000
II.2.3) Place of performance
NUTS code:
UKK
UKJ
Main site or place of performance:
SOUTH WEST (ENGLAND),SOUTH EAST (ENGLAND)
II.2.4) Description of the procurement
BDC are looking for suppliers able to provide cleaning and hygiene products, including but not limited to air care products, floor care/kitchen/washroom cleaning chemicals, emergency care, brooms and brushes, cleaning textiles and floor pads, hygiene paper, soaps and dispensers, gloves, sanitiser, detergents, chemicals, window cleaners, cleaning/janitorial equipment such as vacuums and pressure washers, PPE, pest control products and safety signs.
Lot 2 – Regional Sub-lot 2b – Southeast and Southwest
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40%
Cost criterion: Price
/ Weighting: 60%
II.2.6) Estimated value
Value excluding VAT:
1 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
New documentation will be published in due course to re-establish this framework agreement once it has concluded
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:
No
Lot No: Lot 2 – Regional Sub-lot 2c
II.2.1) Title
Lot 2 – Regional Sub-lot 2c – East Midlands and West Midlands
II.2.2) Additional CPV code(s)
33700000
39800000
39224300
39525800
39713000
39830000
II.2.3) Place of performance
NUTS code:
UKG
UKF
Main site or place of performance:
WEST MIDLANDS (ENGLAND),EAST MIDLANDS (ENGLAND)
II.2.4) Description of the procurement
BDC are looking for suppliers able to provide cleaning and hygiene products, including but not limited to air care products, floor care/kitchen/washroom cleaning chemicals, emergency care, brooms and brushes, cleaning textiles and floor pads, hygiene paper, soaps and dispensers, gloves, sanitiser, detergents, chemicals, window cleaners, cleaning/janitorial equipment such as vacuums and pressure washers, PPE, pest control products and safety signs.
Lot 2 – Regional Sub-lot 2c – East Midlands and West Midlands
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40%
Cost criterion: Price
/ Weighting: 60%
II.2.6) Estimated value
Value excluding VAT:
500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
New documentation will be published in due course to re-establish this framework agreement once it has concluded
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:
No
Lot No: Lot 2 Regional Sub-lot 2d
II.2.1) Title
Lot 2 Regional Sub-lot 2d – Northeast, Northwest, and Yorkshire
II.2.2) Additional CPV code(s)
33700000
39224300
39525800
39713000
39713410
39800000
39830000
II.2.3) Place of performance
NUTS code:
UKE4
UKE3
UKE2
UKE1
UKC
UKD
Main site or place of performance:
West Yorkshire,South Yorkshire,North Yorkshire,East Yorkshire and Northern Lincolnshire,NORTH EAST (ENGLAND),NORTH WEST (ENGLAND)
II.2.4) Description of the procurement
BDC are looking for suppliers able to provide cleaning and hygiene products, including but not limited to air care products, floor care/kitchen/washroom cleaning chemicals, emergency care, brooms and brushes, cleaning textiles and floor pads, hygiene paper, soaps and dispensers, gloves, sanitiser, detergents, chemicals, window cleaners, cleaning/janitorial equipment such as vacuums and pressure washers, PPE, pest control products and safety signs.
Lot 2 Regional Sub-lot 2d – Northeast, Northwest, and Yorkshire
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40%
Cost criterion: Price
/ Weighting: 60%
II.2.6) Estimated value
Value excluding VAT:
500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
New documentation will be published in due course to re-establish this framework agreement once it has concluded
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:
No
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.
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:
14/11/2023
Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
14/11/2023
Local time: 10:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
every 4 years
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
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.
This Framework Agreement as described above will be available to all UK public bodies. This includes local authorities, educational establishments, registered providers and emergency services, NHS bodies, central government departments and their agencies and also registered charities. See the following websites for details:
https://www.gov.uk/school-performance-tables
https://education.gov.scot/parentzone/find-a-school
https://hwb.gov.wales/
https://gov.wales/statistics-and-research/address-list-of-schools/?lang=en
http://apps.education-ni.gov.uk/appinstitutes/default.aspx
https://www.compare-school-performance.service.gov.uk/
https://unistats.ac.uk/institutions/
http://www.police.uk/forces.htm
http://www.psni.police.uk/index.htm
http://www.gov.scot/Topics/archive/law-order/Police/PoliceServiceofScotland
http://www.cfoa.org.uk/12247
http://www.nifrs.org/areas-districts/
https://www.gov.uk/government/organisations/maritime-and-coastguard-agency
http://www.firescotland.gov.uk/your-area.aspx
http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx
http://online.hscni.net/other-hsc-organisations/
http://www.show.scot.nhs.uk/organisations/
http://www.scottishambulance.com/TheService/organised.aspx
http://www.wales.nhs.uk/nhswalesaboutus/structure
https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide
https://www.gov.uk/government/organisations
http://apps.charitycommission.gov.uk/Showcharity/RegisterOfCharities/registerhomepage.aspx
http://www.oscr.org.uk/
http://www.charitycommissionni.org.uk/
https://www.gov.uk/government/publications/current-registered-providers-of-social-housing
For more information about this opportunity, please visit the Delta eSourcing portal at:
<a href="https://www.delta-esourcing.com/tenders/UK-UK-Braintree:-Cleaning-and-polishing-products./6FW42GCT39" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Braintree:-Cleaning-and-polishing-products./6FW42GCT39</a>
To respond to this opportunity, please click here:
<a href="https://www.delta-esourcing.com/respond/6FW42GCT39" target="_blank">https://www.delta-esourcing.com/respond/6FW42GCT39</a>
GO Reference: GO-2023109-PRO-24150292
VI.4) Procedures for review
VI.4.1) Review body
Braintree District Council
Causeway House
Braintree
CM7 9HB
UK
Telephone: +44 1376551414
VI.4.2) Body responsible for mediation procedures
Braintree District Council
Causeway House
Braintree
CM7 9HB
UK
Telephone: +44 1376551414
VI.4.4) Service from which information about the review procedure may be obtained
Braintree District Council
Causeway House
Braintree
CM7 9HB
UK
Telephone: +44 1376551414
VI.5) Date of dispatch of this notice
09/10/2023