Section one: Contracting authority
one.1) Name and addresses
NEUPC Ltd
NEUPC Ltd, Phoenix House, 3 South Parade
Leeds
LS1 5QX
Telephone
+44 1134871765
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
Southern Universities Purchasing Consortium (SUPC)
Reading Enterprise Centre, The University of Reading, Earley Gate, Whiteknights Road
Reading
RG6 6BU
o.bradbury-stewart@reading.ac.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
London Universities Purchasing Consortium
Shropshire House, 179 Tottenham Court Road
London
W1T 7NZ
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
Higher Education Purchasing Consortium, Wales
9th Floor, McKenzie Road, 30-36 Newport Road
Cardiff
CF24 0DE
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Cleaning and Janitorial Supplies
Reference number
JAN2005NE
two.1.2) Main CPV code
- 39830000 - Cleaning products
two.1.3) Type of contract
Supplies
two.1.4) Short description
This award notice is in connection with a Framework Agreement for Cleaning and Janitorial Supplies, led by the North Eastern Universities Purchasing Consortium (NEUPC) and on behalf of the Southern Universities Purchasing Consortium (SUPC), the London Universities Purchasing Consortium (LUPC), and the Higher Education Purchasing Consortium Wales (HEPCW). This agreement will be open to consortia members regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. NEUPC members are listed: https://www.neupc.ac.uk/who-are-our-members SUPC members are listed: https://www.supc.ac.uk/our-members/ LUPC members are listed: https://www.lupc.ac.uk/members/our-members HEPCW members are listed: https://www.hepcw.ac.uk/members/
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £1 / Highest offer: £72,000,000 taken into consideration
two.2) Description
two.2.2) Additional CPV code(s)
- 39525800 - Cleaning cloths
- 39800000 - Cleaning and polishing products
- 39831240 - Cleaning compounds
- 39224000 - Brooms and brushes and other articles of various types
- 39224100 - Brooms
- 33760000 - Toilet paper, handkerchiefs, hand towels and serviettes
- 33761000 - Toilet paper
- 33763000 - Paper hand towels
- 33770000 - Paper sanitary
- 33771000 - Sanitary paper products
- 33772000 - Disposable paper products
- 33141118 - Wipes
- 33711430 - Disposable personal wipes
- 33711900 - Soap
- 33741300 - Hand sanitizer
- 39224310 - Toilet brushes
- 19640000 - Polythene waste and refuse sacks and bags
- 33741100 - Hand cleaner
- 39822000 - Caustic cleaners
- 39831300 - Floor cleaners
- 39831400 - Screen cleaners
- 39831500 - Automotive cleaners
- 39831600 - Toilet cleaners
- 24455000 - Disinfectants
- 39830000 - Cleaning products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
The scope of this Framework will cover the following areas. Mandatory: i.Absorbents ii.Brooms and mops and brushes and accessories iii.Cleaning and disinfecting solutions iv.Cleaning and janitorial carts and accessories v.Cleaning equipment vi.Cleaning equipment accessories vii.Cleaning kits viii.Cleaning rags and cloths and wipes ix.Personal paper products x.Restroom supplies xi.Waste containers and accessories Optional: xii.Water treatment consumables Any product which is reasonably deemed to meet the above areas or similar will be included within the scope of this agreement.
two.2.5) Award criteria
Quality criterion - Name: Account Management and Service / Weighting: 18
Quality criterion - Name: Product Delivery / Weighting: 7
Quality criterion - Name: Supply Chain / Weighting: 15
Quality criterion - Name: Responsible Procurement / Weighting: 20
Price - Weighting: 40
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
two.2.14) Additional information
NEUPC reserves the right, subject to the Regulations, to change without notice the basis of, or the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect to this ITT or subsequent documentation.
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: 2023/S 000-004873
Section five. Award of contract
Contract No
JAN2005NE
Title
Cleaning and Janitorial Supplies
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
13 July 2023
five.2.2) Information about tenders
Number of tenders received: 16
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Arrow County Supplies Ltd
Arrow House, Longden Road
Shrewsbury
SY3 9AE
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
06355141
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
John Astley & Sons Ltd
Renown Avenue, Coventry Business Park
Coventry
CV5 6UF
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
00035885
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Banner Group Ltd
1st Floor, 1 Europa Drive
Sheffield
S9 1XT
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
05510758
The contractor is an SME
No
five.2.3) Name and address of the contractor
Bunzl UK Ltd t/a Bunzl Cleaning and Hygiene Supplies
York House, 45 Seymour Street
London
W1H 7JT
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
02902454
The contractor is an SME
No
five.2.3) Name and address of the contractor
Nationwide Hygiene Supplies Ltd
Nationwide House, Peak Business Park, Foxwood Road
Chesterfield
S41 9RF
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
02074515
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
OT Group Ltd t/a Office Depot
Unit 1, Alexandria Drive
Ashton-Under-Lyne
OL7 0QN
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
05607779
The contractor is an SME
No
five.2.3) Name and address of the contractor
Parc Supplies Ltd
2 Whitehall Point, Whitehall Road
Leeds
LS12 4RZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
09630322
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Pattersons (Bristol) Ltd
Winterstoke Road
Bristol
BS3 2NS
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
01107210
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £72,000,000
Lowest offer: £1 / Highest offer: £72,000,000 taken into consideration
Section six. Complementary information
six.3) Additional information
To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=802625371" target="_blank">https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=802625371
GO Reference: GO-2023822-PRO-23698544
six.4) Procedures for review
six.4.1) Review body
NEUPC Ltd
NEUPC Ltd, Phoenix House, 3 South Parade
Leeds
LS1 5QX
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
INTERNATIONAL DISPUTE RESOLUTION CENTRE
INTERNATIONAL DISPUTE RESOLUTION CENTRE, 70 FLEET STREET
London
EC4Y 1EU
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
NEUPC Ltd
NEUPC Ltd, Phoenix House, 3 South Parade
Leeds
LS1 5QX
Country
United Kingdom