Contract

239_24 Provision of Washroom Services

  • ESPO

F03: Contract award notice

Notice identifier: 2024/S 000-011810

Procurement identifier (OCID): ocds-h6vhtk-042b9b

Published 11 April 2024, 2:48pm



Section one: Contracting authority

one.1) Name and addresses

ESPO

Barnsdale Way, Grove Park, Enderby

LEICESTER

LE19 1ES

Contact

Place & Environment Procurement Team

Email

tenders@espo.org

Country

United Kingdom

Region code

UKF22 - Leicestershire CC and Rutland

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.espo.org/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Other activity

Local Authority Services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

239_24 Provision of Washroom Services

Reference number

239_24

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

A Collaboration between ESPO, YPO and NEPO, with ESPO acting as the lead contracting authority.

Provision of a complete washroom services solution, including, but not limited to, collection and disposal of sanitary waste, nappy and incontinence waste, medical waste, sharps collection, clinical waste and offensive waste.

The framework also covers the provision of roller towers, hand dryers (rental), matting solutions and the supply of any and all associated washroom equipment (sanitary vending machines, air fresheners, soap dispensers, urinal sleeves, water saving taps and devices etc).

The scope of the framework agreement also includes the provision of period dignity and male incontinence products and services and provides the opportunity for service providers to offer alternative waste treatment methods, such as recycling and incineration, as an alternative to sending waste collected to landfill sites.

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: £120,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 90510000 - Refuse disposal and treatment
  • 90520000 - Radioactive-, toxic-, medical- and hazardous waste services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Provision of a complete washroom services solution, including, but not limited to, collection and disposal of sanitary waste, nappy and incontinence waste, medical waste, sharps collection, clinical waste and offensive waste.

The framework also covers the provision of roller towers, hand dryers (rental), matting solutions and the supply of any and all associated washroom equipment (sanitary vending machines, air fresheners, soap dispensers, urinal sleeves, water saving taps and devices etc).

The scope of the framework agreement also includes the provision of period dignity and male incontinence products and services and provides the opportunity for service providers to offer alternative waste treatment methods, such as recycling and incineration, as opposed to sending waste collected to landfill sites.

two.2.5) Award criteria

Quality criterion - Name: Non-Price / Weighting: 40

Price - Weighting: 60

two.2.11) Information about options

Options: Yes

Description of options

The framework agreement has the option to extend for up to a further 12 months. The total estimated value stated in Section II.1.7 includes the option period.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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: 2024/S 000-000609


Section five. Award of contract

Title

239_24 Provision of Washroom Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

26 March 2024

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 4

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Elis UK Limited

First Floor, Chineham Gate Crockford Lane, Chineham, Basingstoke, Hampshire, RG24 8NA

Country

United Kingdom

NUTS code
  • UKJ3 - Hampshire and Isle of Wight
Companies House

00228604

The contractor is an SME

No

five.2.3) Name and address of the contractor

Hygiene Solutions and Systems Limited

Unit T Radius Court, Tungsten Park, Hinckley, Leicestershire, LE10 3BE

Country

United Kingdom

NUTS code
  • UKF2 - Leicestershire, Rutland and Northamptonshire
Companies House

07283066

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Personnel Hygiene Services Limited

C/O PHS GROUP, Block B, Western Industrial Estate, Caerphilly, CF83 1XH

Country

United Kingdom

NUTS code
  • UKL2 - East Wales
Companies House

00770813

The contractor is an SME

No

five.2.3) Name and address of the contractor

Rentokil Initial UK Ltd

Compass House, Manor Royal, Crawley, West Sussex, RH10 9PY

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
Companies House

00301044

The contractor is an SME

No

five.2.3) Name and address of the contractor

Lynton & Lynton Limited (T/A Woosh Washrooms)

Unit 33 Hopkinson Way, West Portway Industrial Estate, Andover, Hampshire, SP10 3ZE

Country

United Kingdom

NUTS code
  • UKJ3 - Hampshire and Isle of Wight
Companies House

14017805

The contractor is an SME

Yes

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

Total value of the contract/lot: £120,000,000


Section six. Complementary information

six.3) Additional information

As a Central Purchasing Body as defined in the Public Contracts Regulations 2015, the Framework Agreement is open for use by Public Bodies (defined at https://www.espo.org/amfile/file/download/file/9608/) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: https://www.espo.org/legal.

ESPO has established a commercial trading company, ESPO Trading Limited, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful Supplier may be asked to enter into an additional separate framework agreement (the Second Framework) with ESPO Trading Limited on materially similar terms to that found in the tender pack to be entered into by ESPO itself.

Any Second Framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Limited may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders information only.

An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.

six.4) Procedures for review

six.4.1) Review body

The Royal Court of Justice

The Strand

LONDON

WC2A 2LL

Country

United Kingdom

Internet address

https://www.justice.gov.uk/

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Information on deadlines(s) for review procedures can be found in Part 3, Chapter 6 of the Public Contracts Regulations 2015.