NEUPC Ltd: Cleaning and Janitorial Supplies

  NEUPC Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Cleaning and Janitorial Supplies
Notice type: Contract Notice
Authority: NEUPC Ltd
Nature of contract: Supplies
Procedure: Restricted
Short Description: NEUPC is seeking to award a Framework Agreement for the provision of cleaning and janitorial supplies with the scope covering a range of cleaning and janitorial products including, but not limited to, cleaning supplies, cleaning chemicals, disposable paper products, soap / hand cleansers and laundry products
Published: 19/02/2019 15:50
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Leeds: Cleaning products.
Section I: Contracting Authority
      I.1) Name and addresses
             NEUPC Ltd
             NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
             Tel. +44 1133443958, Email: s.wells@neupc.ac.uk
             Main Address: https://www.neupc.ac.uk/
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      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: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://neupc.delta-esourcing.com/
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Education

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Cleaning and Janitorial Supplies       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      39830000 - Cleaning products.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: NEUPC is seeking to award a Framework Agreement for the provision of cleaning and janitorial supplies with the scope covering a range of cleaning and janitorial products including, but not limited to, cleaning supplies, cleaning chemicals, disposable paper products, soap / hand cleansers and laundry products       
      II.1.5) Estimated total value:
      Value excluding VAT: 32,000,000       
      Currency: 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: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Cleaning Products - North East       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      39830000 - Cleaning products.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: NEUPC is seeking to award a Framework Agreement for the provision of cleaning and janitorial supplies with the scope covering a range of cleaning and janitorial products including, but not limited to, cleaning supplies, cleaning chemicals, disposable paper products, soap / hand cleansers and laundry products. This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Account Management and Service / Weighting: 25
            Quality criterion - Name: Products / Weighting: 12
            Quality criterion - Name: Delivery / Weighting: 10
            Quality criterion - Name: Sustainability / Weighting: 10
            Quality criterion - Name: Marketing / Weighting: 3
                        
            Cost criterion - Name: Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 10,500,000       
      Currency: 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: The initial term of the framework will be for 36 months, followed by a renewal for 12 months at this point in time.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 9
            
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: NEUPC is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to regulations, to change without notice the basis of, of the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this SQ or subsequent ITT or any support documentation.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Cleaning Products - Yorkshire and Humberside       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      39830000 - Cleaning products.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: NEUPC is seeking to award a Framework Agreement for the provision of cleaning and janitorial supplies with the scope covering a range of cleaning and janitorial products including, but not limited to, cleaning supplies, cleaning chemicals, disposable paper products, soap / hand cleansers and laundry products. This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Account Management and Service / Weighting: 25
            Quality criterion - Name: Products / Weighting: 12
            Quality criterion - Name: Delivery / Weighting: 10
            Quality criterion - Name: Sustainability / Weighting: 10
            Quality criterion - Name: Marketing / Weighting: 3
                        
            Cost criterion - Name: Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 4,000,000       
      Currency: 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: The initial term of the framework will be for 36 months, followed by a renewal for 12 months at this point in time.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 9
            
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: NEUPC is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to regulations, to change without notice the basis of, of the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this SQ or subsequent ITT or any support documentation.       
II.2) Description Lot No. 3
      
      II.2.1) Title: Cleaning Products - Midlands       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      39830000 - Cleaning products.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: NEUPC is seeking to award a Framework Agreement for the provision of cleaning and janitorial supplies with the scope covering a range of cleaning and janitorial products including, but not limited to, cleaning supplies, cleaning chemicals, disposable paper products, soap / hand cleansers and laundry products. This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Account Management and Service / Weighting: 25
            Quality criterion - Name: Products / Weighting: 12
            Quality criterion - Name: Delivery / Weighting: 10
            Quality criterion - Name: Sustainability / Weighting: 10
            Quality criterion - Name: Marketing / Weighting: 3
                        
            Price - Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 5,500,000       
      Currency: 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: The initial term of the framework will be for 36 months, followed by a renewal for 12 months at this point in time.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 9
            
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: NEUPC is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to regulations, to change without notice the basis of, of the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this SQ or subsequent ITT or any support documentation.       
II.2) Description Lot No. 4
      
      II.2.1) Title: Cleaning Products - Wales       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      39830000 - Cleaning products.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: NEUPC is seeking to award a Framework Agreement for the provision of cleaning and janitorial supplies with the scope covering a range of cleaning and janitorial products including, but not limited to, cleaning supplies, cleaning chemicals, disposable paper products, soap / hand cleansers and laundry products. This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Account Management and Service / Weighting: 25
            Quality criterion - Name: Products / Weighting: 12
            Quality criterion - Name: Delivery / Weighting: 10
            Quality criterion - Name: Sustainability / Weighting: 10
            Quality criterion - Name: Marketing / Weighting: 3
                        
            Cost criterion - Name: Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1,000,000       
      Currency: 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: The initial term of the framework will be for 36 months, followed by a renewal for 12 months at this point in time.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 9
            
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: NEUPC is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to regulations, to change without notice the basis of, of the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this SQ or subsequent ITT or any support documentation.       
II.2) Description Lot No. 5
      
      II.2.1) Title: Cleaning Products - South West       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      39830000 - Cleaning products.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: NEUPC is seeking to award a Framework Agreement for the provision of cleaning and janitorial supplies with the scope covering a range of cleaning and janitorial products including, but not limited to, cleaning supplies, cleaning chemicals, disposable paper products, soap / hand cleansers and laundry products. This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Account Management and Service / Weighting: 25
            Quality criterion - Name: Products / Weighting: 12
            Quality criterion - Name: Delivery / Weighting: 10
            Quality criterion - Name: Sustainability / Weighting: 10
            Quality criterion - Name: Marketing / Weighting: 3
                        
            Price - Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 6,000,000       
      Currency: 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: The initial term of the framework will be for 36 months, followed by a renewal for 12 months at this point in time.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 9
            
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: NEUPC is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to regulations, to change without notice the basis of, of the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this SQ or subsequent ITT or any support documentation.       
II.2) Description Lot No. 6
      
      II.2.1) Title: Cleaning Products - South East and London       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      39830000 - Cleaning products.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: NEUPC is seeking to award a Framework Agreement for the provision of cleaning and janitorial supplies with the scope covering a range of cleaning and janitorial products including, but not limited to, cleaning supplies, cleaning chemicals, disposable paper products, soap / hand cleansers and laundry products. This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Account Management and Service / Weighting: 25
            Quality criterion - Name: Products / Weighting: 12
            Quality criterion - Name: Delivery / Weighting: 10
            Quality criterion - Name: Sustainability / Weighting: 10
            Quality criterion - Name: Marketing / Weighting: 3
                        
            Price - Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 4,500,000       
      Currency: 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: The initial term of the framework will be for 36 months, followed by a renewal for 12 months at this point in time.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 9
            
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: NEUPC is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to regulations, to change without notice the basis of, of the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this SQ or subsequent ITT or any support documentation.       
II.2) Description Lot No. 7
      
      II.2.1) Title: Cleaning Products - East Anglia       
      Lot No: 7       
      II.2.2) Additional CPV codes:
      39830000 - Cleaning products.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: NEUPC is seeking to award a Framework Agreement for the provision of cleaning and janitorial supplies with the scope covering a range of cleaning and janitorial products including, but not limited to, cleaning supplies, cleaning chemicals, disposable paper products, soap / hand cleansers and laundry products. This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Account Management and Service / Weighting: 25
            Quality criterion - Name: Products / Weighting: 12
            Quality criterion - Name: Delivery / Weighting: 10
            Quality criterion - Name: Sustainability / Weighting: 10
            Quality criterion - Name: Marketing / Weighting: 3
                        
            Price - Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 500,000       
      Currency: 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: The initial term of the framework will be for 36 months, followed by a renewal for 12 months at this point in time.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 9
            
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: NEUPC is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to regulations, to change without notice the basis of, of the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this SQ or subsequent ITT or any support documentation.       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   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: 42               
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 22/03/2019 Time: 11:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Cleaning-products./4D7YG4PE9E

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4D7YG4PE9E
   VI.4) Procedures for review
   VI.4.1) Review body:
             NEUPC Ltd
       NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
       Email: s.wells@neupc.ac.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 19/02/2019

Annex A



   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      1: Contracting Authority
       Southern Universities Purchasing Consortium
       Reading Enterprise Centre, University of Reading, Earley Gate, Whiteknights Road, Reading, RG6 6BU, United Kingdom
       Email: jv915478@reading.ac.uk
       Main Address: http://www.supc.ac.uk/engage/our-members/our-members
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      2: Contracting Authority
       London Universities Purchasing Consortium
       Shropshire House, 179 Tottenham Court Road, London, W1T 7NZ, United Kingdom
       Email: s.picken@lupc.ac.uk
       Main Address: https://www.lupc.ac.uk/member-list
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      3: Contracting Authority
       Higher Education Purchasing Consortium Wales
       8th Floor, 30-36 Newport Road, Cardiff, CF24 0DE, United Kingdom
       Email: h.allaway@wales.ac.uk
       Main Address: http://www.hepcw.ac.uk/members/
       NUTS Code: UK

View any Notice Addenda

View Award Notice

UK-Leeds: Cleaning products.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       NEUPC Ltd
       NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
       Tel. +44 1133443958, Email: s.wells@neupc.ac.uk
       Main Address: https://www.neupc.ac.uk/
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Education

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Cleaning and Janitorial Supplies            
      Reference number: JAN2004 NE

      II.1.2) Main CPV code:
         39830000 - Cleaning products.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: NEUPC is seeking to award a Framework Agreement for the provision of cleaning and janitorial supplies with the scope covering a range of cleaning and janitorial products including, but not limited to, cleaning supplies, cleaning chemicals, disposable paper products, soap / hand cleansers and laundry products

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                                
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 32,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Cleaning Products - North East   
      Lot No:1

      II.2.2) Additional CPV code(s):
            39830000 - Cleaning products.


      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: NEUPC is seeking to award a Framework Agreement for the provision of cleaning and janitorial supplies with the scope covering a range of cleaning and janitorial products including, but not limited to, cleaning supplies, cleaning chemicals, disposable paper products, soap / hand cleansers and laundry products. This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.

      II.2.5) Award criteria:
      Quality criterion - Name: Account Management and Service / Weighting: 25
      Quality criterion - Name: Products / Weighting: 12
      Quality criterion - Name: Delivery / Weighting: 10
      Quality criterion - Name: Sustainability / Weighting: 10
      Quality criterion - Name: Marketing / Weighting: 3
                  
      Cost criterion - Name: Price / Weighting: 40
            

      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: NEUPC is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to regulations, to change without notice the basis of, of the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this SQ or subsequent ITT or any support documentation.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Cleaning Products - Yorkshire and Humberside   
      Lot No:2

      II.2.2) Additional CPV code(s):
            39830000 - Cleaning products.


      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: NEUPC is seeking to award a Framework Agreement for the provision of cleaning and janitorial supplies with the scope covering a range of cleaning and janitorial products including, but not limited to, cleaning supplies, cleaning chemicals, disposable paper products, soap / hand cleansers and laundry products. This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.

      II.2.5) Award criteria:
      Quality criterion - Name: Account Management and Service / Weighting: 25
      Quality criterion - Name: Products / Weighting: 12
      Quality criterion - Name: Delivery / Weighting: 10
      Quality criterion - Name: Sustainability / Weighting: 10
      Quality criterion - Name: Marketing / Weighting: 3
                  
      Cost criterion - Name: Price / Weighting: 40
            

      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: NEUPC is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to regulations, to change without notice the basis of, of the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this SQ or subsequent ITT or any support documentation.

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Cleaning Products - Midlands   
      Lot No:3

      II.2.2) Additional CPV code(s):
            39830000 - Cleaning products.


      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: NEUPC is seeking to award a Framework Agreement for the provision of cleaning and janitorial supplies with the scope covering a range of cleaning and janitorial products including, but not limited to, cleaning supplies, cleaning chemicals, disposable paper products, soap / hand cleansers and laundry products. This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.

      II.2.5) Award criteria:
      Quality criterion - Name: Account Management and Service / Weighting: 25
      Quality criterion - Name: Products / Weighting: 12
      Quality criterion - Name: Delivery / Weighting: 10
      Quality criterion - Name: Sustainability / Weighting: 10
      Quality criterion - Name: Marketing / Weighting: 3
                  
      Price - Weighting: 40
            

      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: NEUPC is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to regulations, to change without notice the basis of, of the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this SQ or subsequent ITT or any support documentation.

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Cleaning Products - Wales   
      Lot No:4

      II.2.2) Additional CPV code(s):
            39830000 - Cleaning products.


      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: NEUPC is seeking to award a Framework Agreement for the provision of cleaning and janitorial supplies with the scope covering a range of cleaning and janitorial products including, but not limited to, cleaning supplies, cleaning chemicals, disposable paper products, soap / hand cleansers and laundry products. This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.

      II.2.5) Award criteria:
      Quality criterion - Name: Account Management and Service / Weighting: 25
      Quality criterion - Name: Products / Weighting: 12
      Quality criterion - Name: Delivery / Weighting: 10
      Quality criterion - Name: Sustainability / Weighting: 10
      Quality criterion - Name: Marketing / Weighting: 3
                  
      Cost criterion - Name: Price / Weighting: 40
            

      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: NEUPC is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to regulations, to change without notice the basis of, of the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this SQ or subsequent ITT or any support documentation.

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Cleaning Products - South West   
      Lot No:5

      II.2.2) Additional CPV code(s):
            39830000 - Cleaning products.


      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: NEUPC is seeking to award a Framework Agreement for the provision of cleaning and janitorial supplies with the scope covering a range of cleaning and janitorial products including, but not limited to, cleaning supplies, cleaning chemicals, disposable paper products, soap / hand cleansers and laundry products. This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.

      II.2.5) Award criteria:
      Quality criterion - Name: Account Management and Service / Weighting: 25
      Quality criterion - Name: Products / Weighting: 12
      Quality criterion - Name: Delivery / Weighting: 10
      Quality criterion - Name: Sustainability / Weighting: 10
      Quality criterion - Name: Marketing / Weighting: 3
                  
      Price - Weighting: 40
            

      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: NEUPC is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to regulations, to change without notice the basis of, of the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this SQ or subsequent ITT or any support documentation.

   II.2) Description (lot no. 6)
   

      II.2.1) Title:Cleaning Products - South East and London   
      Lot No:6

      II.2.2) Additional CPV code(s):
            39830000 - Cleaning products.


      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: NEUPC is seeking to award a Framework Agreement for the provision of cleaning and janitorial supplies with the scope covering a range of cleaning and janitorial products including, but not limited to, cleaning supplies, cleaning chemicals, disposable paper products, soap / hand cleansers and laundry products. This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.

      II.2.5) Award criteria:
      Quality criterion - Name: Account Management and Service / Weighting: 25
      Quality criterion - Name: Products / Weighting: 12
      Quality criterion - Name: Delivery / Weighting: 10
      Quality criterion - Name: Sustainability / Weighting: 10
      Quality criterion - Name: Marketing / Weighting: 3
                  
      Price - Weighting: 40
            

      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: NEUPC is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to regulations, to change without notice the basis of, of the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this SQ or subsequent ITT or any support documentation.

   II.2) Description (lot no. 7)
   

      II.2.1) Title:Cleaning Products - East Anglia   
      Lot No:7

      II.2.2) Additional CPV code(s):
            39830000 - Cleaning products.


      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: NEUPC is seeking to award a Framework Agreement for the provision of cleaning and janitorial supplies with the scope covering a range of cleaning and janitorial products including, but not limited to, cleaning supplies, cleaning chemicals, disposable paper products, soap / hand cleansers and laundry products. This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.

      II.2.5) Award criteria:
      Quality criterion - Name: Account Management and Service / Weighting: 25
      Quality criterion - Name: Products / Weighting: 12
      Quality criterion - Name: Delivery / Weighting: 10
      Quality criterion - Name: Sustainability / Weighting: 10
      Quality criterion - Name: Marketing / Weighting: 3
                  
      Price - Weighting: 40
            

      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: NEUPC is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to regulations, to change without notice the basis of, of the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this SQ or subsequent ITT or any support documentation.


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: No

   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: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2019/S 38-85129
      
   

   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: Not Provided    
   Lot Number: 1    
   Title: North East

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/07/2019

      V.2.2) Information about tenders
         Number of tenders received: 17
         Number of tenders received from SMEs: 6 (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: 17

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Bunzl UK Limited T/A Bunzl Cleaning and Hygiene Supplies
             York House, 45 Seymour Street, London, W1H 7JT, United Kingdom
             Email: tendersteam@bunzlchs.co.uk
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Lyreco UK Limited
             Deer Park Court, Donnington Wood, TELFORD, TF2 7NB, United Kingdom
             Email: simon.pettit@lyreco.com
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             PATTERSONS BRISTOL LIMITED
             Winterstoke Road, Ashton, Bristol, BS3 2NS, United Kingdom
             Email: mark.silcocks@pattersons.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Banner Group Limited
             K House, Sheffield Business Park, Europa Link, Sheffield, S9 1XU, United Kingdom
             Email: bids@banneruk.com
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Staples UK Ltd
             Hampden Court, Kingsmead Business Park, Frederick Place, High Wycombe, HP11 1JU, United Kingdom
             Email: Richard.Evans@staples-solutions.com
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Nationwide Hygiene Supplies Ltd
             Nationwide House, Foxwood Road, Chesterfield, S41 9RF, United Kingdom
             Email: d.cooper@nationwide-hygiene.com
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 10,500,000          
         Total value of the contract/lot: 10,500,000
         Currency: GBP

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

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Yorkshire and Humberside

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/07/2019

      V.2.2) Information about tenders
         Number of tenders received: 18
         Number of tenders received from SMEs: 7 (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: 18

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Bunzl UK Limited T/A Bunzl Cleaning and Hygiene Supplies
             York House, 45 Seymour Street, London, W1H 7JT, United Kingdom
             Email: tendersteam@bunzlchs.co.uk
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Lyreco UK Limited
             Deer Park Court, Donnington Wood, TELFORD, TF2 7NB, United Kingdom
             Email: simon.pettit@lyreco.com
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             PATTERSONS BRISTOL LIMITED
             Winterstoke Road, Ashton, Bristol, BS3 2NS, United Kingdom
             Email: mark.silcocks@pattersons.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Staples UK Ltd
             Hampden Court, Kingsmead Business Park, Frederick Place, High Wycombe, HP11 1JU, United Kingdom
             Email: Richard.Evans@staples-solutions.com
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Nationwide Hygiene Supplies Ltd
             Nationwide House, Foxwood Road, Chesterfield, S41 9RF, United Kingdom
             Email: d.cooper@nationwide-hygiene.com
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Alliance Disposables Ltd
             Alliance House, Marshfield Bank, Crewe, CW2 8UY, United Kingdom
             Email: georgieadams@alliancenational.co.uk
             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: 4,000,000          
         Total value of the contract/lot: 4,000,000
         Currency: GBP

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

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Midlands

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/07/2019

      V.2.2) Information about tenders
         Number of tenders received: 20
         Number of tenders received from SMEs: 9 (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: 20

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Bunzl UK Limited T/A Bunzl Cleaning and Hygiene Supplies
             York House, 45 Seymour Street, London, W1H 7JT, United Kingdom
             Email: tendersteam@bunzlchs.co.uk
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             PATTERSONS BRISTOL LIMITED
             Winterstoke Road, Ashton, Bristol, BS3 2NS, United Kingdom
             Email: mark.silcocks@pattersons.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Staples UK Ltd
             Hampden Court, Kingsmead Business Park, Frederick Place, High Wycombe, HP11 1JU, United Kingdom
             Email: Richard.Evans@staples-solutions.com
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Nationwide Hygiene Supplies Ltd
             Nationwide House, Foxwood Road, Chesterfield, S41 9RF, United Kingdom
             Email: d.cooper@nationwide-hygiene.com
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Alliance Disposables Ltd
             Alliance House, Marshfield Bank, Crewe, CW2 8UY, United Kingdom
             Email: georgieadams@alliancenational.co.uk
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             MSM Hygiene Ltd
             Elizabeth House, 33 Wigman Road, Bilborough, Nottingham, NG8 3HY, United Kingdom
             Email: martinn@msmhygiene.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 5,500,000          
         Total value of the contract/lot: 5,500,000
         Currency: GBP

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

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: Wales

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/07/2019

      V.2.2) Information about tenders
         Number of tenders received: 17
         Number of tenders received from SMEs: 6 (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: 17

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Bunzl UK Limited T/A Bunzl Cleaning and Hygiene Supplies
             York House, 45 Seymour Street, London, W1H 7JT, United Kingdom
             Email: tendersteam@bunzlchs.co.uk
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Lyreco UK Limited
             Deer Park Court, Donnington Wood, TELFORD, TF2 7NB, United Kingdom
             Email: simon.pettit@lyreco.com
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             PATTERSONS BRISTOL LIMITED
             Winterstoke Road, Ashton, Bristol, BS3 2NS, United Kingdom
             Email: mark.silcocks@pattersons.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Staples UK Ltd
             Hampden Court, Kingsmead Business Park, Frederick Place, High Wycombe, HP11 1JU, United Kingdom
             Email: Richard.Evans@staples-solutions.com
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Nationwide Hygiene Supplies Ltd
             Nationwide House, Foxwood Road, Chesterfield, S41 9RF, United Kingdom
             Email: d.cooper@nationwide-hygiene.com
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Alliance Disposables Ltd
             Alliance House, Marshfield Bank, Crewe, CW2 8UY, United Kingdom
             Email: georgieadams@alliancenational.co.uk
             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: 1,000,000          
         Total value of the contract/lot: 1,000,000
         Currency: GBP

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

Award Of Contract (No.5)

   Contract No: Not Provided    
   Lot Number: 5    
   Title: South West

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/07/2019

      V.2.2) Information about tenders
         Number of tenders received: 19
         Number of tenders received from SMEs: 8 (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: 19

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Bunzl UK Limited T/A Bunzl Cleaning and Hygiene Supplies
             York House, 45 Seymour Street, London, W1H 7JT, United Kingdom
             Email: tendersteam@bunzlchs.co.uk
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Lyreco UK Limited
             Deer Park Court, Donnington Wood, TELFORD, TF2 7NB, United Kingdom
             Email: simon.pettit@lyreco.com
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             PATTERSONS BRISTOL LIMITED
             Winterstoke Road, Ashton, Bristol, BS3 2NS, United Kingdom
             Email: mark.silcocks@pattersons.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Staples UK Ltd
             Hampden Court, Kingsmead Business Park, Frederick Place, High Wycombe, HP11 1JU, United Kingdom
             Email: Richard.Evans@staples-solutions.com
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Nationwide Hygiene Supplies Ltd
             Nationwide House, Foxwood Road, Chesterfield, S41 9RF, United Kingdom
             Email: d.cooper@nationwide-hygiene.com
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Alliance Disposables Ltd
             Alliance House, Marshfield Bank, Crewe, CW2 8UY, United Kingdom
             Email: georgieadams@alliancenational.co.uk
             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: 6,000,000          
         Total value of the contract/lot: 6,000,000
         Currency: GBP

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

Award Of Contract (No.6)

   Contract No: Not Provided    
   Lot Number: 6    
   Title: South East & London

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/07/2019

      V.2.2) Information about tenders
         Number of tenders received: 18
         Number of tenders received from SMEs: 7 (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: 18

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Bunzl UK Limited T/A Bunzl Cleaning and Hygiene Supplies
             York House, 45 Seymour Street, London, W1H 7JT, United Kingdom
             Email: tendersteam@bunzlchs.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Lyreco UK Limited
             Deer Park Court, Donnington Wood, TELFORD, TF2 7NB, United Kingdom
             Email: simon.pettit@lyreco.com
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Banner Group Limited
             K House, Sheffield Business Park, Europa Link, Sheffield, S9 1XU, United Kingdom
             Email: bids@banneruk.com
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Staples UK Ltd
             Hampden Court, Kingsmead Business Park, Frederick Place, High Wycombe, HP11 1JU, United Kingdom
             Email: Richard.Evans@staples-solutions.com
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Nationwide Hygiene Supplies Ltd
             Nationwide House, Foxwood Road, Chesterfield, S41 9RF, United Kingdom
             Email: d.cooper@nationwide-hygiene.com
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Alliance Disposables Ltd
             Alliance House, Marshfield Bank, Crewe, CW2 8UY, United Kingdom
             Email: georgieadams@alliancenational.co.uk
             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: 4,500,000          
         Total value of the contract/lot: 4,500,000
         Currency: GBP

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

Award Of Contract (No.7)

   Contract No: Not Provided    
   Lot Number: 7    
   Title: East Anglia

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/07/2019

      V.2.2) Information about tenders
         Number of tenders received: 15
         Number of tenders received from SMEs: 4 (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: 15

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Arden Winch & Co Ltd
             9 Acres Hill Lane, Sheffield, S9 4LR, United Kingdom
             Email: steve.barker@ardenwinch.com
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Bunzl UK Limited T/A Bunzl Cleaning and Hygiene Supplies
             York House, 45 Seymour Street, London, W1H 7JT, United Kingdom
             Email: tendersteam@bunzlchs.co.uk
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Lyreco UK Limited
             Deer Park Court, Donnington Wood, TELFORD, TF2 7NB, United Kingdom
             Email: simon.pettit@lyreco.com
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Banner Group Limited
             K House, Sheffield Business Park, Europa Link, Sheffield, S9 1XU, United Kingdom
             Email: bids@banneruk.com
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Staples UK Ltd
             Hampden Court, Kingsmead Business Park, Frederick Place, High Wycombe, HP11 1JU, United Kingdom
             Email: Richard.Evans@staples-solutions.com
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Nationwide Hygiene Supplies Ltd
             Nationwide House, Foxwood Road, Chesterfield, S41 9RF, United Kingdom
             Email: d.cooper@nationwide-hygiene.com
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 500,000          
         Total value of the contract/lot: 500,000
         Currency: GBP

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

   VI.3) Additional information: 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.
To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=414148327

   VI.4) Procedures for review

      VI.4.1) Review body
          NEUPC Ltd
          NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
          Email: s.wells@neupc.ac.uk

      VI.4.2) Body responsible for mediation procedures
          CENTRE FOR EFFECTIVE DISPUTE RESOLUTION LIMITED
          INTERNATIONAL DISPUTE RESOLUTION CENTRE, 70 FLEET STREET, London, EC4Y 1EU, United Kingdom
          Internet address: https://www.cedr.com/

      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
         Not Provided

   VI.5) Date of dispatch of this notice: 29/07/2019

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Southern Universities Purchasing Consortium
       Reading Enterprise Centre, University of Reading, Earley Gate, Whiteknights Road, Reading, RG6 6BU, United Kingdom
       Email: jv915478@reading.ac.uk
       Main Address: http://www.supc.ac.uk/engage/our-members/our-members
       NUTS Code: UK
   
   2: Contracting Authority
       London Universities Purchasing Consortium
       Shropshire House, 179 Tottenham Court Road, London, W1T 7NZ, United Kingdom
       Email: c.martin@lupc.ac.uk
       Main Address: https://www.lupc.ac.uk/member-list
       NUTS Code: UK
   
   3: Contracting Authority
       Higher Education Purchasing Consortium Wales
       8th Floor, 30-36 Newport Road, Cardiff, CF24 0DE, United Kingdom
       Email: h.allaway@wales.ac.uk
       Main Address: http://www.hepcw.ac.uk/members/
       NUTS Code: UK