Section one: Contracting authority
one.1) Name and addresses
West Sussex County Council
County Hall, West Street
Chichester
PO19 1RG
Contact
Alison Eastman
alison.eastman@westsussex.gov.uk
Telephone
+44 330224813
Country
United Kingdom
NUTS code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
http://www.westsussex.gov.uk/default.aspx
Buyer's address
https://in-tendhost.co.uk/sesharedservices/aspx/Tenders/Current
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/sesharedservices/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/sesharedservices/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
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
WSCC AE Provision of Cleaning Materials and Equipment
Reference number
CWSCC - 033090
two.1.2) Main CPV code
- 39830000 - Cleaning products
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Council requires a single contractor to provide Provision of Cleaning Materials and Equipment from the core product list to the Council and other participating Authority Bodies.
two.1.5) Estimated total value
Value excluding VAT: £15,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
Main site or place of performance
County of West Sussex for the Lead Authority
two.2.4) Description of the procurement
The Council requires a single contractor to provide Provision of Cleaning Materials and Equipment from the core product list to the Council and other participating Authority Bodies.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £15,000,000
two.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
Depending on the review of requirements from the Council
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
not applicable
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.2.2) Time limit for receipt of tenders or requests to participate
Date
6 September 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 120 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
6 September 2021
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
The Council is establishing a Framework Agreement for the provision of Cleaning Materials and Equipment. This arrangement will be accessible to the Council and the existing participating authorities Adur and Worthing District Council, Brighton and Hove City Council, Chichester District Council, Crawley District Council, East Sussex County Council, East Sussex Fire & Rescue Service, East Sussex Schools - inc free schools and academies, Eastbourne and Lewes Borough Council, Guildford Borough Council, Horsham District Council, Kent County Council, Mid Sussex District Council, Portsmouth City Council, Reigate & Banstead Borough Council, Runnymede Borough Council, Surrey Commercial Services Catering (now Twelve15), Surrey County Council, Surrey Police, Sussex Police, Wealden District Council, West Sussex County Council, West Sussex Schools.The Framework Agreement is accessible to members of the Central Buying Consortium consisting of various public bodies which at the date of this Framework Agreement includes the Lead Authority, Bedford Borough Council, Central Bedfordshire Council, Brighton and Hove City Council, Buckinghamshire County Council, Dorset County Council, East Sussex County Council, Essex County Council, Hampshire County Council, Hertfordshire County Council, Kent County Council, Oxfordshire County Council, Suffolk County Council, Surrey County Council, Portsmouth City Council, Southampton City Council, Coventry City Council, Northamptonshire County Council, Luton Borough Council, Northampton Borough Council and Medway Council, Milton Keynes Council (including all successors or assigns) and their maintained Schools.Other permitted Authorities to utilise the Framework are Chichester District Council, Eastbourne and Lewes Borough Council, East Sussex Fire & Rescue Service, Sussex Police, Wealden District Council, Runnymede Borough Council, Surrey Police, Reigate & Banstead Borough Council, Guildford Borough Council, Adur and Worthing Councils, Crawley Borough Council, Mid-Sussex District Council, East Sussex County Council Schools (including Council maintained, academies and free schools), Surrey County Council (trading as Twelve15) and Horsham District Council.
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit