Contract

T2453 - Provision of Toilet Hygiene Services and Mats

  • Belfast City Council

F03: Contract award notice

Notice identifier: 2024/S 000-011257

Procurement identifier (OCID): ocds-h6vhtk-041a42

Published 8 April 2024, 1:15pm



Section one: Contracting authority

one.1) Name and addresses

Belfast City Council

9 - 21 Adelaide Street

Belfast

BT2 8DJ

Email

cps@BelfastCity.gov.uk

Country

United Kingdom

Region code

UKN06 - Belfast

Internet address(es)

Main address

www.belfastcity.gov.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

T2453 - Provision of Toilet Hygiene Services and Mats

Reference number

T2453

two.1.2) Main CPV code

  • 90900000 - Cleaning and sanitation services

two.1.3) Type of contract

Services

two.1.4) Short description

Tender for the provision of toilet hygiene services and mats for the purpose of providing a rental, installation, cleaning and replacement service for sanitary bins, nappy bins and various sized mats. Along with the provision and installation of air fresheners, auto roll towels, sanitary vending machines, toilet seat sanitisers, and urinal waste-water management system,tea towels. A single bidder will be appointed.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £450,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKN06 - Belfast

two.2.4) Description of the procurement

This Contract is for the provision of toilet hygiene services and mats.

There are approximately 71 areas to be serviced spread across Belfast City Council properties. Each area will require a variety of the hygiene products, servicing and mats. Each area will specify with the supplier how often their area needs provisions and servicing, and suppliers should be able to offer a weekly, fortnightly or monthly service.

Details of current service requirements can be found in the tender documents.

two.2.5) Award criteria

Quality criterion - Name: Implementation and Mobilisation Plan / Weighting: 50

Quality criterion - Name: Work planning and resourcing, continuity of service / Weighting: 50

Price - Weighting: 60

two.2.11) Information about options

Options: Yes

Description of options

Additional information can be found at section VI.3

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Additional information can be found at section VI.3


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-033862


Section five. Award of contract

Title

T2453 Provision of Toilet Hygiene Services and Mats

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 March 2024

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

The Concept Group

Belfast

Country

United Kingdom

NUTS code
  • UKN06 - Belfast
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £450,000


Section six. Complementary information

six.3) Additional information

The Council reserves the right to add the following additional requirements to the Service under this Contract

during the Contract Period: -

• Other similar services in the event of non or poor performance by another service provider.

• Additional Premises not listed in the Contract. This may be in response to new Premises being identified and/or changes in how the Council’s in house operations are resourced and delivered. Where the Council identifies an additional Premises to be added the Contractor will be expected to price based on similar Premises/ tasks priced in the Pricing Schedule.

• Additional services maybe required that are not currently listed but may be identified over the duration of the contract.

• In line with the Council’s Period poverty policy the Council may wish to put in place a system where the supplier will provide period products via a vending machine or in packs to the Council for free distribution to people using the bathroom facilities.

• The collection and disposal of used needles or drug paraphernalia or other similar contaminates found in various council buildings, public toilets, city center locations or as and where required.

Large scale projects or changes may be subject to price negotiation based on economies of scale. The Council reserves the right to explore/ use other procurement options in all circumstances where VFM is not

demonstrated.

Optional Services above are priced based using a quotation. Responses to a quotation request is required within 5 working days. This is measured from the time the initial request is made in writing by the Council to the quotation sent by the Contractor. All quotations should be via email and include a full breakdown of the service and associated costs using appropriate rates from the Pricing Schedule, where possible. A quotation form/ template may be implemented during the Contract Period to improve consistency. This response time may be extended in agreement with the Council Representative should be the quotation be more complex than normal.

Use of Optional Services above should demonstrate value for money, may be subject to further Council internal approvals and be in accordance with the provisions of the Public Contracts Regulations.

The total value of the contract is to allow for options, and price increases across the contract period.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Belfast

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Belfast

Country

United Kingdom