Braintree District Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Janitorial Supplies |
Notice type: | Contract 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: | 17/05/2019 16:07 |
View Full Notice
Section I: Contracting Authority
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
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Braintree:-Cleaning-and-polishing-products./62Z922A4T8
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Braintree:-Cleaning-and-polishing-products./62Z922A4T8 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
Regional or local authority
I.5) Main activity
General public services
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.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.1.5) Estimated total value:
Value excluding VAT: 5,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of 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:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 5,000,000
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: No
Description of renewals: 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/62Z922A4T8
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 OPEN
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
Framework agreement with a single operator
Envisaged maximum number of participants to the framework agreement:
Not Provided
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: No
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: 17/06/2019 Time: 15:00
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): 3
IV.2.7) Conditions for opening of tenders:
Date: 17/06/2019
Time: 15:10
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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Braintree:-Cleaning-and-polishing-products./62Z922A4T8
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/62Z922A4T8
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:
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: 17/05/2019
Annex A
View any Notice Addenda
UK-Braintree: Cleaning and polishing products.
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
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