Contract notice

Information

Published

Expire date: 05/01/2024

External Reference: 2023-536239

FTS Reference: 2023-033822

Contract notice

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
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
Main address: https://nwupc.ac.uk/

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 submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Other type:  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  -  Cleaning and polishing products
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: 25000000.00  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

II.2.1)

Title

Lot 1- Cleaning & Janitorial Supplies
Lot No:  1
II.2.2)

Additional CPV code(s)

39800000  -  Cleaning and polishing products
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
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  -  Name:  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.2.10)

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
Identification of the project: Call off by Members from the resulting framework may be conducted by institutions using various funds including but not limited to the European Regional Development Fund (ERDF)
II.2.14)

Additional information

Please read the complete tender document set, including the supplier guide to tendering, prior to completing.
II.2)

Description

II.2.1)

Title

Lot 2- Refuse Sacks
Lot No:  2
II.2.2)

Additional CPV code(s)

39800000  -  Cleaning and polishing products
19640000  -  Polythene waste and refuse sacks and bags
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
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  -  Name:  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.2.10)

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
Identification of the project: Call off by Members from the resulting framework may be conducted by institutions using various funds including but not limited to the European Regional Development Fund (ERDF)
II.2.14)

Additional information

Please read the complete tender document set, including the supplier guide to tendering, prior to completing.
II.2)

Description

II.2.1)

Title

Lot 3- Paper Hygiene Products (NWUPC and CPC)
Lot No:  3
II.2.2)

Additional CPV code(s)

39800000  -  Cleaning and polishing products
33760000  -  Toilet paper, handkerchiefs, hand towels and serviettes
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
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  -  Name:  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.2.10)

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
Identification of the project: Call off by Members from the resulting framework may be conducted by institutions using various funds including but not limited to the European Regional Development Fund (ERDF)
II.2.14)

Additional information

Please read the complete tender document set, including the supplier guide to tendering, prior to completing.
II.2)

Description

II.2.1)

Title

Lot 4- Cleaning Consumables (Great Britain and British Isles)
Lot No:  4
II.2.2)

Additional CPV code(s)

39800000  -  Cleaning and polishing products
33760000  -  Toilet paper, handkerchiefs, hand towels and serviettes
19640000  -  Polythene waste and refuse sacks and bags
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
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  -  Name:  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.2.10)

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
Identification of the project: Call off by Members from the resulting framework may be conducted by institutions using various funds including but not limited to the European Regional Development Fund (ERDF)
II.2.14)

Additional information

Please read the complete tender document set, including the supplier guide to tendering, prior to completing.
II.2)

Description

II.2.1)

Title

Lot 5- Cleaning Consumables (Northern Ireland)
Lot No:  5
II.2.2)

Additional CPV code(s)

39800000  -  Cleaning and polishing products
19640000  -  Polythene waste and refuse sacks and bags
33760000  -  Toilet paper, handkerchiefs, hand towels and serviettes
II.2.3)

Place of performance

NUTS code:  UKN -  NORTHERN IRELAND
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  -  Name:  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.2.10)

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
Identification of the project: Call off by Members from the resulting framework may be conducted by institutions using various funds including but not limited to the European Regional Development Fund (ERDF)
II.2.14)

Additional information

Please read the complete tender document set, including the supplier guide to tendering, prior to completing.
II.2)

Description

II.2.1)

Title

Lot 6- Cleaning Equipment Supply and Maintenance
Lot No:  6
II.2.2)

Additional CPV code(s)

39800000  -  Cleaning and polishing products
39713400  -  Floor-maintenance machines
42999000  -  Non-domestic vacuum cleaners and floor polishers
42972000  -  Parts of cleaning machines
39713420  -  Floor polishers
39713430  -  Vacuum cleaners
39713410  -  Floor-cleaning machines
39713431  -  Accessories for vacuum cleaners
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
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  -  Name:  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.2.10)

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
Identification of the project: Call off by Members from the resulting framework may be conducted by institutions using various funds including but not limited to the European Regional Development Fund (ERDF)
II.2.14)

Additional information

Please read the complete tender document set, including the supplier guide to tendering, prior to completing.
II.2)

Description

II.2.1)

Title

Lot 7- Recycling Bins and Street Furniture
Lot No:  7
II.2.2)

Additional CPV code(s)

34928400  -  Urban furniture
39224340  -  Bins
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
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  -  Name:  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.2.10)

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
Identification of the project: Call off by Members from the resulting framework may be conducted by institutions using various funds including but not limited to the European Regional Development Fund (ERDF)
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  38
IV.1.8)

Information about the 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

English
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