Braintree District Council : Cleaning and Hygiene Supplies National Framework Agreement

  Braintree District Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Cleaning and Hygiene Supplies National Framework Agreement
Notice type: Contract Notice
Authority: Braintree District Council
Nature of contract: Supplies
Procedure: Open
Short Description: BDC are looking for suppliers able to provide cleaning and hygiene products This will be a national framework agreement consisting of 2 Lots/Sub-lots as follows: •Lot 1 – National (including Scotland, Wales, and Northern Ireland) •Lot 2 – Regional (England only) Sub-lot 2a – London and East of England Sub-lot 2b – Southeast and Southwest Sub-lot 2c – East Midlands and West Midlands Sub-lot 2d – Northeast, Northwest, and Yorkshire The Lots/Sublots (if awarded) will be awarded to up to three (3) suppliers on Lot 1 and up to two (2) suppliers in each Sub-lot, able to deliver all aspects of Cleaning and Hygiene Supplies.
Published: 09/10/2023 19:31
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-Braintree: Cleaning and polishing products.
Section I: Contracting Authority
      I.1) Name and addresses
             Braintree District Council
             Causeway House, Bocking End, Braintree, CM7 9HB, United Kingdom
             Tel. +44 1376551414, Email: lili.roqueta@braintree.gov.uk
             Contact: Lili Roqueta
             Main Address: www.braintree.gov.uk
             NUTS Code: UKH3
      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./6FW42GCT39
      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
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Cleaning and Hygiene Supplies National Framework Agreement       
      Reference Number: EPP0006
      II.1.2) Main CPV Code:
      39800000 - Cleaning and polishing products.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: BDC are looking for suppliers able to provide cleaning and hygiene products

This will be a national framework agreement consisting of 2 Lots/Sub-lots as follows:



•Lot 1 – National (including Scotland, Wales, and Northern Ireland)
•Lot 2 – Regional (England only)
Sub-lot 2a – London and East of England
Sub-lot 2b – Southeast and Southwest
Sub-lot 2c – East Midlands and West Midlands
Sub-lot 2d – Northeast, Northwest, and Yorkshire

The Lots/Sublots (if awarded) will be awarded to up to three (3) suppliers on Lot 1 and up to two (2) suppliers in each Sub-lot, able to deliver all aspects of Cleaning and Hygiene Supplies.       
      II.1.5) Estimated total value:
      Value excluding VAT: 10,000,000       
      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: 4
      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: Lot 1 - National       
      Lot No: Lot 1       
      II.2.2) Additional CPV codes:
      33700000 - Personal care products.
      39224300 - Brooms and brushes and other articles for household cleaning.
      39525800 - Cleaning cloths.
      39713000 - Electrical domestic appliances for cleaning; smoothing irons.
      39713410 - Floor-cleaning machines.
      39800000 - Cleaning and polishing products.
      39830000 - Cleaning products.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: BDC are looking for suppliers able to provide cleaning and hygiene products, including but not limited to air care products, floor care/kitchen/washroom cleaning chemicals, emergency care, brooms and brushes, cleaning textiles and floor pads, hygiene paper, soaps and dispensers, gloves, sanitiser, detergents, chemicals, window cleaners, cleaning/janitorial equipment such as vacuums and pressure washers, PPE, pest control products and safety signs.

Lot 1 – National (including Scotland, Wales, and Northern Ireland)
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 40%
                        
            Cost criterion - Name: Price / Weighting: 60%
                              
      II.2.6) Estimated value:
      Value excluding VAT: 6,500,000       
      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: New documentation will be published in due course to re-establish this framework agreement once it has concluded
      
      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/6FW42GCT39       
II.2) Description Lot No. 2
      
      II.2.1) Title: Regional Sub-lot 2a – London and East of England       
      Lot No: Lot 2 (Sub Lot 2a)       
      II.2.2) Additional CPV codes:
      33700000 - Personal care products.
      39224300 - Brooms and brushes and other articles for household cleaning.
      39525800 - Cleaning cloths.
      39713000 - Electrical domestic appliances for cleaning; smoothing irons.
      39713410 - Floor-cleaning machines.
      39800000 - Cleaning and polishing products.
      39830000 - Cleaning products.
      
      II.2.3) Place of performance:
      UKI LONDON
      UKH EAST OF ENGLAND
      
      II.2.4) Description of procurement: BDC are looking for suppliers able to provide cleaning and hygiene products, including but not limited to air care products, floor care/kitchen/washroom cleaning chemicals, emergency care, brooms and brushes, cleaning textiles and floor pads, hygiene paper, soaps and dispensers, gloves, sanitiser, detergents, chemicals, window cleaners, cleaning/janitorial equipment such as vacuums and pressure washers, PPE, pest control products and safety signs.

The national framework agreement will consist of 2 Lots/Sub-lots as follows:


Lot 2 – Regional - Sub-lot 2a – London and East of England
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 40%
                        
            Cost criterion - Name: Price / Weighting: 60%
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1,500,000       
      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: New documentation will be published in due course to re-establish this framework agreement once it has concluded
      
      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: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Lot 2 Regional - Sub-lot 2b Southeast and Southwest       
      Lot No: Lot 2 - Sub-lot 2b       
      II.2.2) Additional CPV codes:
      33700000 - Personal care products.
      39224300 - Brooms and brushes and other articles for household cleaning.
      39525800 - Cleaning cloths.
      39713000 - Electrical domestic appliances for cleaning; smoothing irons.
      39713410 - Floor-cleaning machines.
      39800000 - Cleaning and polishing products.
      39830000 - Cleaning products.
      
      II.2.3) Place of performance:
      UKK SOUTH WEST (ENGLAND)
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: BDC are looking for suppliers able to provide cleaning and hygiene products, including but not limited to air care products, floor care/kitchen/washroom cleaning chemicals, emergency care, brooms and brushes, cleaning textiles and floor pads, hygiene paper, soaps and dispensers, gloves, sanitiser, detergents, chemicals, window cleaners, cleaning/janitorial equipment such as vacuums and pressure washers, PPE, pest control products and safety signs.

Lot 2 – Regional Sub-lot 2b – Southeast and Southwest
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 40%
                        
            Cost criterion - Name: Price / Weighting: 60%
                              
      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: New documentation will be published in due course to re-establish this framework agreement once it has concluded
      
      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: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: Lot 2 – Regional Sub-lot 2c – East Midlands and West Midlands       
      Lot No: Lot 2 – Regional Sub-lot 2c       
      II.2.2) Additional CPV codes:
      33700000 - Personal care products.
      39800000 - Cleaning and polishing products.
      39224300 - Brooms and brushes and other articles for household cleaning.
      39525800 - Cleaning cloths.
      39713000 - Electrical domestic appliances for cleaning; smoothing irons.
      39830000 - Cleaning products.
      
      II.2.3) Place of performance:
      UKG WEST MIDLANDS (ENGLAND)
      UKF EAST MIDLANDS (ENGLAND)
      
      II.2.4) Description of procurement: BDC are looking for suppliers able to provide cleaning and hygiene products, including but not limited to air care products, floor care/kitchen/washroom cleaning chemicals, emergency care, brooms and brushes, cleaning textiles and floor pads, hygiene paper, soaps and dispensers, gloves, sanitiser, detergents, chemicals, window cleaners, cleaning/janitorial equipment such as vacuums and pressure washers, PPE, pest control products and safety signs.

Lot 2 – Regional Sub-lot 2c – East Midlands and West Midlands
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 40%
                        
            Cost criterion - Name: Price / Weighting: 60%
                              
      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: New documentation will be published in due course to re-establish this framework agreement once it has concluded
      
      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: Not provided       
II.2) Description Lot No. 5
      
      II.2.1) Title: Lot 2 Regional Sub-lot 2d – Northeast, Northwest, and Yorkshire       
      Lot No: Lot 2 Regional Sub-lot 2d       
      II.2.2) Additional CPV codes:
      33700000 - Personal care products.
      39224300 - Brooms and brushes and other articles for household cleaning.
      39525800 - Cleaning cloths.
      39713000 - Electrical domestic appliances for cleaning; smoothing irons.
      39713410 - Floor-cleaning machines.
      39800000 - Cleaning and polishing products.
      39830000 - Cleaning products.
      
      II.2.3) Place of performance:
      UKE4 West Yorkshire
      UKE3 South Yorkshire
      UKE2 North Yorkshire
      UKE1 East Yorkshire and Northern Lincolnshire
      UKC NORTH EAST (ENGLAND)
      UKD NORTH WEST (ENGLAND)
      
      II.2.4) Description of procurement: BDC are looking for suppliers able to provide cleaning and hygiene products, including but not limited to air care products, floor care/kitchen/washroom cleaning chemicals, emergency care, brooms and brushes, cleaning textiles and floor pads, hygiene paper, soaps and dispensers, gloves, sanitiser, detergents, chemicals, window cleaners, cleaning/janitorial equipment such as vacuums and pressure washers, PPE, pest control products and safety signs.

Lot 2 Regional Sub-lot 2d – Northeast, Northwest, and Yorkshire
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 40%
                        
            Cost criterion - Name: Price / Weighting: 60%
                              
      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: New documentation will be published in due course to re-establish this framework agreement once it has concluded
      
      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: Not provided       


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) :          
      Suppliers must hold a recognised quality management certification e.g., ISO 9000, or in its absence, a formally documented quality management system

Suppliers must hold a recognised environmental management certification e.g., ISO 14000, or in its absence, a formally documented sustainability strategy, or/and an environmental policy, addressing issues including, but not limited to waste, use of water and energy, greenhouse gases and net zero.
      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 several operators       
         Envisaged maximum number of participants to the framework agreement: 11           
         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: 14/11/2023 Time: 10:00
            
      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: 14/11/2023
         Time: 10:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: every 4 years
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

This Framework Agreement as described above will be available to all UK public bodies. This includes local authorities, educational establishments, registered providers and emergency services, NHS bodies, central government departments and their agencies and also registered charities. See the following websites for details:



https://www.gov.uk/school-performance-tables

https://education.gov.scot/parentzone/find-a-school

https://hwb.gov.wales/

https://gov.wales/statistics-and-research/address-list-of-schools/?lang=en

http://apps.education-ni.gov.uk/appinstitutes/default.aspx

https://www.compare-school-performance.service.gov.uk/

https://unistats.ac.uk/institutions/

http://www.police.uk/forces.htm

http://www.psni.police.uk/index.htm

http://www.gov.scot/Topics/archive/law-order/Police/PoliceServiceofScotland

http://www.cfoa.org.uk/12247

http://www.nifrs.org/areas-districts/

https://www.gov.uk/government/organisations/maritime-and-coastguard-agency

http://www.firescotland.gov.uk/your-area.aspx

http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx

http://online.hscni.net/other-hsc-organisations/

http://www.show.scot.nhs.uk/organisations/

http://www.scottishambulance.com/TheService/organised.aspx

http://www.wales.nhs.uk/nhswalesaboutus/structure

https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide

https://www.gov.uk/government/organisations

http://apps.charitycommission.gov.uk/Showcharity/RegisterOfCharities/registerhomepage.aspx

http://www.oscr.org.uk/

http://www.charitycommissionni.org.uk/

https://www.gov.uk/government/publications/current-registered-providers-of-social-housing
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Braintree:-Cleaning-and-polishing-products./6FW42GCT39

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6FW42GCT39
   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:
             Braintree District Council
          Causeway House, Braintree, CM7 9HB, United Kingdom
          Tel. +44 1376551414
   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:
          Braintree District Council
       Causeway House, Braintree, CM7 9HB, United Kingdom
       Tel. +44 1376551414
   VI.5) Date Of Dispatch Of This Notice: 09/10/2023

Annex A


View any Notice Addenda

View Award Notice

UK-Braintree: Cleaning and polishing products.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Braintree District Council
       Causeway House, Bocking End, Braintree, CM7 9HB, United Kingdom
       Tel. +44 1376551414, Email: lili.roqueta@braintree.gov.uk
       Contact: Lili Roqueta
       Main Address: www.braintree.gov.uk
       NUTS Code: UKH3

   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: Cleaning and Hygiene Supplies National Framework Agreement            
      Reference number: EPP0006

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


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: BDC are looking for suppliers able to provide cleaning and hygiene products This will be a national framework agreement consisting of 2 Lots/Sub-lots as follows: •Lot 1 – National (including Scotland, Wales, and Northern Ireland) •Lot 2 – Regional (England only) Sub-lot 2a – London and East of England Sub-lot 2b – Southeast and Southwest Sub-lot 2c – East Midlands and West Midlands Sub-lot 2d – Northeast, Northwest, and Yorkshire The Lots/Sublots (if awarded) will be awarded to up to three (3) suppliers on Lot 1 and up to two (2) suppliers in each Sub-lot, able to deliver all aspects of Cleaning and Hygiene Supplies.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                                            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 10,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1 - National   
      Lot No:Lot 1

      II.2.2) Additional CPV code(s):
            33700000 - Personal care products.
            39224300 - Brooms and brushes and other articles for household cleaning.
            39525800 - Cleaning cloths.
            39713000 - Electrical domestic appliances for cleaning; smoothing irons.
            39713410 - Floor-cleaning machines.
            39800000 - Cleaning and polishing products.
            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: BDC are looking for suppliers able to provide cleaning and hygiene products, including but not limited to air care products, floor care/kitchen/washroom cleaning chemicals, emergency care, brooms and brushes, cleaning textiles and floor pads, hygiene paper, soaps and dispensers, gloves, sanitiser, detergents, chemicals, window cleaners, cleaning/janitorial equipment such as vacuums and pressure washers, PPE, pest control products and safety signs. Lot 1 – National (including Scotland, Wales, and Northern Ireland)

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 45%
                  
      Cost criterion - Name: Price / Weighting: 55%
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/6FW42GCT39

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Regional Sub-lot 2a – London and East of England   
      Lot No:Lot 2 (Sub Lot 2a)

      II.2.2) Additional CPV code(s):
            33700000 - Personal care products.
            39224300 - Brooms and brushes and other articles for household cleaning.
            39525800 - Cleaning cloths.
            39713000 - Electrical domestic appliances for cleaning; smoothing irons.
            39713410 - Floor-cleaning machines.
            39800000 - Cleaning and polishing products.
            39830000 - Cleaning products.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
      UKH - EAST OF ENGLAND
   
      Main site or place of performance:
      LONDON
      EAST OF ENGLAND
             

      II.2.4) Description of the procurement: BDC are looking for suppliers able to provide cleaning and hygiene products, including but not limited to air care products, floor care/kitchen/washroom cleaning chemicals, emergency care, brooms and brushes, cleaning textiles and floor pads, hygiene paper, soaps and dispensers, gloves, sanitiser, detergents, chemicals, window cleaners, cleaning/janitorial equipment such as vacuums and pressure washers, PPE, pest control products and safety signs. The national framework agreement will consist of 2 Lots/Sub-lots as follows: Lot 2 – Regional - Sub-lot 2a – London and East of England

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 45%
                  
      Cost criterion - Name: Price / Weighting: 55%
            

      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

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Lot 2 Regional - Sub-lot 2b Southeast and Southwest   
      Lot No:Lot 2 - Sub-lot 2b

      II.2.2) Additional CPV code(s):
            33700000 - Personal care products.
            39224300 - Brooms and brushes and other articles for household cleaning.
            39525800 - Cleaning cloths.
            39713000 - Electrical domestic appliances for cleaning; smoothing irons.
            39713410 - Floor-cleaning machines.
            39800000 - Cleaning and polishing products.
            39830000 - Cleaning products.


      II.2.3) Place of performance
      Nuts code:
      UKK - SOUTH WEST (ENGLAND)
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      SOUTH WEST (ENGLAND)
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: BDC are looking for suppliers able to provide cleaning and hygiene products, including but not limited to air care products, floor care/kitchen/washroom cleaning chemicals, emergency care, brooms and brushes, cleaning textiles and floor pads, hygiene paper, soaps and dispensers, gloves, sanitiser, detergents, chemicals, window cleaners, cleaning/janitorial equipment such as vacuums and pressure washers, PPE, pest control products and safety signs. Lot 2 – Regional Sub-lot 2b – Southeast and Southwest

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 45%
                  
      Cost criterion - Name: Price / Weighting: 55%
            

      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

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Lot 2 – Regional Sub-lot 2c – East Midlands and West Midlands   
      Lot No:Lot 2 – Regional Sub-lot 2c

      II.2.2) Additional CPV code(s):
            33700000 - Personal care products.
            39800000 - Cleaning and polishing products.
            39224300 - Brooms and brushes and other articles for household cleaning.
            39525800 - Cleaning cloths.
            39713000 - Electrical domestic appliances for cleaning; smoothing irons.
            39830000 - Cleaning products.


      II.2.3) Place of performance
      Nuts code:
      UKG - WEST MIDLANDS (ENGLAND)
      UKF - EAST MIDLANDS (ENGLAND)
   
      Main site or place of performance:
      WEST MIDLANDS (ENGLAND)
      EAST MIDLANDS (ENGLAND)
             

      II.2.4) Description of the procurement: BDC are looking for suppliers able to provide cleaning and hygiene products, including but not limited to air care products, floor care/kitchen/washroom cleaning chemicals, emergency care, brooms and brushes, cleaning textiles and floor pads, hygiene paper, soaps and dispensers, gloves, sanitiser, detergents, chemicals, window cleaners, cleaning/janitorial equipment such as vacuums and pressure washers, PPE, pest control products and safety signs. Lot 2 – Regional Sub-lot 2c – East Midlands and West Midlands

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 45%
                  
      Cost criterion - Name: Price / Weighting: 55%
            

      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

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Lot 2 Regional Sub-lot 2d – Northeast, Northwest, and Yorkshire   
      Lot No:Lot 2 Regional Sub-lot 2d

      II.2.2) Additional CPV code(s):
            33700000 - Personal care products.
            39224300 - Brooms and brushes and other articles for household cleaning.
            39525800 - Cleaning cloths.
            39713000 - Electrical domestic appliances for cleaning; smoothing irons.
            39713410 - Floor-cleaning machines.
            39800000 - Cleaning and polishing products.
            39830000 - Cleaning products.


      II.2.3) Place of performance
      Nuts code:
      UKE4 - West Yorkshire
      UKE3 - South Yorkshire
      UKE2 - North Yorkshire
      UKE1 - East Yorkshire and Northern Lincolnshire
      UKC - NORTH EAST (ENGLAND)
      UKD - NORTH WEST (ENGLAND)
   
      Main site or place of performance:
      West Yorkshire
      South Yorkshire
      North Yorkshire
      East Yorkshire and Northern Lincolnshire
      NORTH EAST (ENGLAND)
      NORTH WEST (ENGLAND)
             

      II.2.4) Description of the procurement: BDC are looking for suppliers able to provide cleaning and hygiene products, including but not limited to air care products, floor care/kitchen/washroom cleaning chemicals, emergency care, brooms and brushes, cleaning textiles and floor pads, hygiene paper, soaps and dispensers, gloves, sanitiser, detergents, chemicals, window cleaners, cleaning/janitorial equipment such as vacuums and pressure washers, PPE, pest control products and safety signs. Lot 2 Regional Sub-lot 2d – Northeast, Northwest, and Yorkshire

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 45%
                  
      Cost criterion - Name: Price / Weighting: 55%
            

      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: 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: 2023/S 000-029778
      
   

   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: 1    
   Title: Cleaning and Hygiene Supplies framework agreement Lot 1 – National

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/01/2024

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Alliance Disposables Ltd, 03747333
             Alliance House, Crewe, United Kingdom
             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: 6,500,000          
         Total value of the contract/lot: 6,500,000
         Currency: GBP

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

Award Of Contract (No.2)

   Contract No: 2    
   Lot Number: 1    
   Title: Cleaning and Hygiene Supplies framework agreement Lot 1 – National

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/01/2024

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      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, 02902454
             York House, London, United Kingdom
             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: 6,500,000          
         Total value of the contract/lot: 6,500,000
         Currency: GBP

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

Award Of Contract (No.3)

   Contract No: 3    
   Lot Number: 1    
   Title: Cleaning and Hygiene Supplies framework agreement Lot 1 – National

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 21/02/2024

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Nationwide Hygiene Group, 02074515
             Nationwide House, Peak Business Park, Chesterfield, United Kingdom
             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: 6,500,000          
         Total value of the contract/lot: 6,500,000
         Currency: GBP

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

Award Of Contract (No.4)

   Contract No: 4    
   Lot Number: 2    
   Title: EPP0006 Cleaning and Hygiene Supplies Framework Lot 2a London and East of England

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/01/2024

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Arrow County Supplies Ltd, 06355141
             Arrow House, Shrewsbury, United Kingdom
             NUTS Code: UKG2
            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: 1,500,000          
         Total value of the contract/lot: 1,500,000
         Currency: GBP

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

Award Of Contract (No.5)

   Contract No: 5    
   Lot Number: 3    
   Title: EPP0006 Cleaning and Hygiene Supplies Framework Sub-lot 2b – Southeast and Southwest

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/01/2024

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Arrow County Supplies Ltd, 06355141
             Arrow House, Shrewsbury, United Kingdom
             NUTS Code: UKG2
            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.6)

   Contract No: 6    
   Lot Number: 3    
   Title: EPP0006 Cleaning and Hygiene Supplies Framework Sub-lot 2b – Southeast and Southwest

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/01/2024

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Pattersons (Bristol) Ltd, 01107210
             Winterstoke Rd, Bristol, United Kingdom
             NUTS Code: UKK11
            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: 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.7)

   Contract No: 7    
   Lot Number: 4    
   Title: EPP0006 Cleaning & Hygiene Supplies Sub-lot 2c – East Midlands and West Midlands

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/01/2024

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Arrow County Supplies Ltd, 06355141
             Arrow House, Shrewsbury, United Kingdom
             NUTS Code: UKG2
            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
         

Award Of Contract (No.8)

   Contract No: 8    
   Lot Number: 4    
   Title: EPP0006 Cleaning & Hygiene Supplies Sub-lot 2c – East Midlands and West Midlands

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/01/2024

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Pattersons (Bristol) Ltd, 01107210
             Winterstoke Rd, Bristol, United Kingdom
             NUTS Code: UKK11
            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
         

Award Of Contract (No.9)

   Contract No: 9    
   Lot Number: 5    
   Title: EPP0006 Cleaning & Hygiene Supplies Sub-lot 2d – Northeast, Northwest, and Yorkshire

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/01/2024

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Arrow County Supplies Ltd, 06355141
             Arrow House, Shrewsbury, United Kingdom
             NUTS Code: UKG22
            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. 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 link for details: https://www.ephframeworks.org/frameworks/public-sector-bodies-able-use-framework-agreements
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=841425521

   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
          Braintree District Council
          Causeway House, Braintree, CM7 9HB, United Kingdom
          Tel. +44 1376551414

      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
          Braintree District Council
          Causeway House, Braintree, CM7 9HB, United Kingdom
          Tel. +44 1376551414

   VI.5) Date of dispatch of this notice: 22/02/2024