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 and Hygiene Supplies National Framework Agreement

  • First published: 11 October 2023
  • Last modified: 11 October 2023
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-040a93
Published by:
Braintree District Council
Authority ID:
AA21110
Publication date:
11 October 2023
Deadline date:
14 November 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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)

Full notice text

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

Coding

Commodity categories

ID Title Parent category
39224300 Brooms and brushes and other articles for household cleaning 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
39525800 Cleaning cloths Miscellaneous manufactured textile articles
39830000 Cleaning products Cleaning and polishing products
39713000 Electrical domestic appliances for cleaning; smoothing irons Electrical domestic appliances
39713410 Floor-cleaning machines Electrical domestic appliances for cleaning; smoothing irons
33700000 Personal care products Medical equipments, pharmaceuticals and personal care products

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:
lili.roqueta@braintree.gov.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.