Section one: Contracting authority
one.1) Name and addresses
Procurement for Housing
2 Olympic Way, Woolston Grange Avenue
Birchwood, Warrington
WA2 0YL
Contact
Rosemary Clarkson
Telephone
+44 7971266217
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
http://www.procurementforhousing.co.uk
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA26067
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Janitorial, Workwear and PPE Solutions Framework
Reference number
RC/12-21/JWP
two.1.2) Main CPV code
- 18100000 - Occupational clothing, special workwear and accessories
two.1.3) Type of contract
Supplies
two.1.4) Short description
Established in 2004, Procurement for Housing (PfH) is a national procurement consortium dedicated to the social housing sector and supported by the National Housing Federation (NHF), Chartered Institute of Housing (CIH) and HouseMark. Collectively our Members manage more than 75% of UK’ social housing stock, with PfH helping them to achieve efficiency savings using a wide range of services including framework agreements, spend analyses, strategy reviews, consolidated billing and comprehensive reporting.
PfH is a contracting authority under Regulation 2 of the Public Contracts Regulations 2015 (“PCR 2015”) and a central purchasing body under regulation 37 PCR 2015.
PfH is seeking professional and experienced suppliers to form a framework agreement for Janitorial, Workwear and Personal Protection Equipment Solutions.
The Framework Agreement will be for an initial period of three (3) years with an option to extend for a further twelve (12) months.
two.1.5) Estimated total value
Value excluding VAT: £22,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Janitorial Solutions
Lot No
1
two.2.2) Additional CPV code(s)
- 39800000 - Cleaning and polishing products
- 39820000 - Organic surface-active agents
- 39831000 - Washing preparations
- 39832000 - Dishwashing products
- 39833000 - Anti-dust products
- 39220000 - Kitchen equipment, household and domestic items and catering supplies
- 39224000 - Brooms and brushes and other articles of various types
- 39525000 - Miscellaneous manufactured textile articles
- 33760000 - Toilet paper, handkerchiefs, hand towels and serviettes
- 33770000 - Paper sanitary
- 33772000 - Disposable paper products
- 98341130 - Janitorial services
- 31600000 - Electrical equipment and apparatus
- 31640000 - Machines and apparatus with individual functions
- 31680000 - Electrical supplies and accessories
- 42999000 - Non-domestic vacuum cleaners and floor polishers
- 42999100 - Non-domestic vacuum cleaners
- 42999300 - Parts of non-domestic vacuum cleaners
- 42999200 - Non-domestic floor polishers
- 42999400 - Parts of non-domestic floor polishers
- 34928480 - Waste and rubbish containers and bins
- 39224340 - Bins
- 18424000 - Gloves
- 18424300 - Disposable gloves
- 18141000 - Work gloves
- 18424500 - Gauntlets
- 18100000 - Occupational clothing, special workwear and accessories
- 24950000 - Specialised chemical products
- 24960000 - Various chemical products
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 39561000 - Tulle, lace, narrow-woven fabrics, trimmings and embroidery
- 22000000 - Printed matter and related products
- 44423400 - Signs and related items
- 30190000 - Various office equipment and supplies
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK
two.2.4) Description of the procurement
For the supply of a full range of janitorial products in addition to optional associated services which may include but not be limited to; profiling of a bespoke ordering platform, product advisory service, customised deliveries/collections, stock holding and specialised training
Requirements will vary in respect of volume and range therefore suppliers will provide a range of products and services from ad-hoc buys i.e. seasonal products to standard repeat business for both generic and specialised goods, domestic and industrial use.
PfH anticipates awarding places on this lot to five suppliers, but reserves the right to award a greater or fewer number of places depending on the bids received.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £7,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The Framework is for an initial period of three years with the option to extend for a further year
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
two.2) Description
two.2.1) Title
Workwear and PPE Solutions
Lot No
2
two.2.2) Additional CPV code(s)
- 18000000 - Clothing, footwear, luggage articles and accessories
- 18100000 - Occupational clothing, special workwear and accessories
- 18130000 - Special workwear
- 18140000 - Workwear accessories
- 18200000 - Outerwear
- 18300000 - Garments
- 18400000 - Special clothing and accessories
- 18440000 - Hats and headgear
- 18443000 - Headgear and headgear accessories
- 18444000 - Protective headgear
- 18800000 - Footwear
- 18810000 - Footwear other than sports and protective footwear
- 18815000 - Boots
- 18830000 - Protective footwear
- 18840000 - Parts of footwear
- 18831000 - Footwear incorporating a protective metal toecap
- 33100000 - Medical equipments
- 33730000 - Eye care products and corrective lenses
- 33735000 - Goggles
- 33735100 - Protective goggles
- 35113000 - Safety equipment
- 35113400 - Protective and safety clothing
- 35113410 - Garments for biological or chemical protection
- 33190000 - Miscellaneous medical devices and products
- 33199000 - Medical clothing
- 33157400 - Medical breathing devices
- 33141000 - Disposable non-chemical medical consumables and haematological consumables
- 38910000 - Hygiene monitoring and testing equipment
- 38911000 - Manual swab test kits
- 31600000 - Electrical equipment and apparatus
- 31640000 - Machines and apparatus with individual functions
- 39561000 - Tulle, lace, narrow-woven fabrics, trimmings and embroidery
- 22458000 - Bespoke printed matter
- 44423400 - Signs and related items
- 50000000 - Repair and maintenance services
- 24950000 - Specialised chemical products
- 24960000 - Various chemical products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Suppliers will provide a full range of workwear and PPE products, equipment and services.
We anticipate requirements will vary from ad-hoc buys, standard repeat business for both generic and specialised goods to implementation of a full rebranding solution.
In addition to goods suppliers will provide a range of optional services, these may include but not be limited to; profiling of a bespoke ordering platform, product advisory service, measuring and sizing, customised deliveries/collections, stock holding, and reapair services.
PfH anticipates awarding places on Lot 2 to five suppliers, however, reserve the right to award places to a greater or fewer number of suppliers depending on the bids received.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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
36
This contract is subject to renewal
Yes
Description of renewals
The Framework Agreement is for an initial period of three years with the option to extend for a further year.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As set out in the procurement documentation
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As set out in the procurement 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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 20
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: 2020/S 016-032848
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
21 January 2022
Local time
12:00pm
Changed to:
Date
28 January 2022
Local time
12:00pm
See the change notice.
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
21 January 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
This Framework may be used by any contracting authority listed in or referred to in the FTS Notice. This includes: All current members of PfH at the time of the FTS notice for this procurement; Any registered provider of social housing (or Welsh registered social landlord ,or Scottish registered social registered social landlord) that becomes a member of PfH during the period of the Framework Agreement; Any public authority (as defined in the Freedom of Information Act 2000 for public authorities in England, Wales, Northern Ireland and UK-wide public authorities based in Scotland, or as defined in the Freedom of Information (Scotland) Act 2002 for Scottish public authorities) that becomes a member of PfH at any time during the period of the Framework Agreement; Any local authority (as defined in the Local Government Act 1972 for public authorities in England and Wales or as defined in the Local Government (Scotland) Act 1973 for Scottish local authorities or as defined in the Local Government Act (Northern Ireland) 1972 for local authorities in Northern Ireland) that becomes a member of PfH at any time during the period of the Framework Agreement; Any housing Arm's Length Management Organisation (ALMO) that becomes a member of PfH during the period of the Framework Agreement; Any wholly owned subsidiaries of any of the above Organisations; educational establishments and any other contracting authority listed on the following page of the PfH website :
http://procurementforhousing.co.uk/permissible-users/ at the time of the FTS notice for this procurement.
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=224835.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:224835)
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