Braintree District Council : Janitorial Supplies

  Braintree District Council has published this notice through Delta eSourcing

Notice Summary
Title: Janitorial Supplies
Notice type: Contract Award Notice
Authority: Braintree District Council
Nature of contract: Supplies
Procedure: Open
Short Description: A National Framework Agreement for the supply of Janitorial related products. To include but not limited to; Cleaning & Disinfectant Products, Hygiene Paper, Soaps & Dispensers, Gloves, Protective Cleaning, Textiles, Floorpads and associated Cleaning Machines / Dryers.
Published: 10/09/2019 09:41

View Full Notice

UK-Braintree: Cleaning and polishing products.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Braintree District Council
       Causeway House, Braintree, CM7 9HB, United Kingdom
       Tel. +44 1376551414, Email: procurement@braintree.gov.uk
       Main Address: www.braintree.gov.uk, Address of the buyer profile: http://braintree.g2b.info/cgi-gen/profile.pl?action=view_profile&oid=4743
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Janitorial Supplies            
      Reference number: PROC19-0107

      II.1.2) Main CPV code:
         39800000 - Cleaning and polishing products.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: A National Framework Agreement for the supply of Janitorial related products. To include but not limited to; Cleaning & Disinfectant Products, Hygiene Paper, Soaps & Dispensers, Gloves, Protective Cleaning, Textiles, Floorpads and associated Cleaning Machines / Dryers.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 5,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: A National Framework Agreement for the supply of Janitorial related products. To include but not limited to; Cleaning & Disinfectant Products, Hygiene Paper, Soaps & Dispensers, Gloves, Protective Cleaning, Textiles, Floorpads and associated Cleaning Machines / Dryers.

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

      II.2.5) Award criteria:
      Quality criterion - Name: Geographical Coverage / Weighting: 30
      Quality criterion - Name: After Sales Support / Weighting: 10
      Quality criterion - Name: Service Delivery / Weighting: 20
      Quality criterion - Name: Product Range / Weighting: 10
      Quality criterion - Name: Management Information / Weighting: 5
      Quality criterion - Name: Environmental / Sustainability / Weighting: 5
                  
      Price - Weighting: 20
            

      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: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: Yes       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2019/S 97-234016
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: 1    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 12/08/2019

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Bunzl UK ltd
             York House, 45 Seymour Street, London, W1H 7JT, United Kingdom
             Tel. +44 2077255000, Email: info@bunzlchs.com
             Internet address: https://www.bunzlchs.com
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 5,000,000          
         Total value of the contract/lot: 5,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=428848033

   VI.4) Procedures for review

      VI.4.1) Review body
          Braintree District Council
          Causeway House, Braintree, CM7 9HB, United Kingdom
          Tel. +44 1376551414

      VI.4.2) Body responsible for mediation procedures
          Royal Courts of Justice
          Strand, London, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Royal Courts of Justice
          Strand, London, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

   VI.5) Date of dispatch of this notice: 10/09/2019




View any Notice Addenda

UK-Braintree: Cleaning and polishing products.

This notice is covered by: Directive 2014/24/EU
Section I: Contracting authority/entity

I.1) Name and addresses
       Braintree District Council
       Causeway House, Braintree, CM7 9HB, United Kingdom
       Tel. +44 1376551414, Email: procurement@braintree.gov.uk
       Main Address: www.braintree.gov.uk, Address of the buyer profile: http://braintree.g2b.info/cgi-gen/profile.pl?action=view_profile&oid=4743
       NUTS Code: UK

Section II: Object

II.1) Scope of the procurement
   
   II.1.1) Title: Janitorial Supplies   
      Reference number: PROC19-0107   
   
   II.1.2) Main CPV code:
      39800000 - Cleaning and polishing products.
       
   II.1.3) Type of contract: SUPPLIES

II.2) Description

   II.2.1) Title: Not Provided    
   Lot No: Not Provided    

   II.2.2) Additional CPV codes:
      Not Provided    
   
   II.2.3) Place of performance:
      UK UNITED KINGDOM
       
   
   II.2.4) Description of the procurement at the time of conclusion of the contract:
    A National Framework Agreement for the supply of Janitorial related products. To include but not limited to; Cleaning & Disinfectant Products, Hygiene Paper, Soaps & Dispensers, Gloves, Protective Cleaning, Textiles, Floorpads and associated Cleaning Machines / Dryers. 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/    
   
   II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
         Duration in months: 48             
      Directive 2014/24/EU - In the case of framework agreements, provide justification for any duration exceeding 4 years:
      Not Provided          
   
   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.2) Administrative information
   
   IV.2.1) Contract award notice concerning this contract
   Notice number in OJ S: 2019/S 097 - 234016    

Section V: Award of contract/concession

Contract No: 1   Lot No: Not Provided    Title: Janitorial Supplies Framework
V.2) Award of contract/concession

   V.2.1) Date of conclusion of the contract/concession award decision: 12/08/2019   

   V.2.2) Information about tenders
   The contract has been awarded to a group of economic operators: No

   V.2.3) Name and address of the contractor/concessionaire, No. 1:
          Bunzl UK ltd, 02902454
          York House, 45 Seymour Street, London, W1H 7JT, United Kingdom
          Tel. +44 2077255000, Email: info@bunzlchs.com
          Internet address: https://www.bunzlchs.com
          NUTS Code: UK
   The contractor/concessionaire is an SME: No    
   
   V.2.4) Information on value of the contract/lot/concession:
   Total value of the procurement: 5,000,000   
   Currency: GBP

Section VI: Complementary Information

   VI.3) Additional Information:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=792516011
   
   VI.4) Procedures for review
   
      VI.4.1) Review Body
       Braintree District Council
       Causeway House, Braintree, CM7 9HB, United Kingdom
       Tel. +44 1376551414
   
      V1.4.2) Body responsible for mediation procedures:
       Royal Courts of Justice
       Strand, London, London, WC2A 2LL, United Kingdom
       Tel. +44 2079476000

      VI.4.3) Review procedure
         Not Provided    
      
      VI.4.4) Service from which information about the review procedure may be obtained
       Royal Courts of Justice
       Strand, London, London, WC2A 2LL, United Kingdom
       Tel. +44 2079476000
   
   VI.5) Date of dispatch of this notice: 05/07/2023
   
Section VII: Modifications to the contract/concession

VII.1) Description of the procurement after the modifications

   VII.1.1) Main CPV code:
      39800000 - Cleaning and polishing products.
   

   VII.1.2) Additional CPV code(s)
      Not Provided

   VII.1.3) Place of performance:
      UK UNITED KINGDOM
       
   
   VII.1.4) Description of the procurement:
    As before - no change: a National Framework Agreement for the supply of Janitorial related products. To include but not limited to; Cleaning & Disinfectant Products, Hygiene Paper, Soaps & Dispensers, Gloves, Protective Cleaning, Textiles, Floorpads and associated Cleaning Machines / Dryers.    
   
   VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession:
         Duration in months: 48             
   
      Directive 2014/24/EU - In the case of framework agreements, provide justification for any duration exceeding 4 years:
      Not Provided       .
   
   VII.1.6) Information on value of the contract/lot/concession
   Total value of the contract/lot/concession: 5,000,000   
   Currency: GBP    
   
   The contract has been awarded to a group of economic operators: No
   VII.1.7) Name and address of the contractor/concessionaire, No. 1:
          Bunzl UK Ltd, 02902454
          York House, 45 Seymour Street, London, W1H 7JT, United Kingdom
          NUTS Code: UK
   The contractor/concessionaire is an SME: No

   
VII.2) Information about modifications

   VII.2.1) Description of the modifications:
    Modification of the total spend value of the framework agreement from £5,000,000 to £6,300,000.    
   
   VII.2.2) Reasons for modification:
         Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee (Art. 43(1)(c) of Directive 2014/23/EU, Art. 72(1)(c) of Directive 2014/24/EU, Art. 89(1)(c) of Directive 2014/25/EU)
   
   Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
    Inflationary pressures and uncertainty across the economic and political environments has driven up the costs of key inputs to manufacture and transport, including energy rises, increase in the cost of paper pulp and plastic polymer, as well as freight costs. This affected the framework through unexpected price increases outside our control, especially in 2022 when there were 4 increases. This has resulted in the framework spend being pushed towards a higher value than anticipated when itwas let    
   
   VII.2.3) Increase in price
   Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in
   the case of Directive 2014/23/EU, average inflation in the Member State concerned)
   Value excluding VAT: 5,000,000   
   Currency: GBP    
   
   Total contract value after the modifications:
   Value excluding VAT: 6,300,000    
   Currency: GBP

View Award Notice