- Scope of the procurement
- Lot 1- Cleaning & Janitorial Supplies
- Lot 2- Refuse Sacks
- Lot 3- Paper Hygiene Products (NWUPC and CPC)
- Lot 4- Cleaning Consumables (Great Britain and British Isles)
- Lot 5- Cleaning Consumables (Northern Ireland)
- Lot 6- Cleaning Equipment Supply and Maintenance
- Lot 7- Recycling Bins and Street Furniture
Section one: Contracting authority
one.1) Name and addresses
North Western Universities Purchasing Consortium
Room 404, 4th Floor, Crescent House, University of Salford
Salford
M5 4WT
Contact
Dominique Deveroux
Dominique.deveroux@nwupc.ac.uk
Telephone
+44 1618010
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
04045190
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/91080
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=74702&B=NWUPC
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=74702&B=NWUPC
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Sub-central contracting authority
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Cleaning Solutions
Reference number
JAN3148 NW
two.1.2) Main CPV code
- 39800000 - Cleaning and polishing products
two.1.3) Type of contract
Supplies
two.1.4) Short description
NWUPC is establishing a multi-provider Framework Agreement for Cleaning Solutions which will amalgamate 3 existing agreements.
The agreement will start on 1st April 2024 for 2years with the option for 2, 12 month extensions. The lot structure will be:
Lot 1 Cleaning Chemicals and Janitorial Supplies (NWUPC and CPC)
Lot 2 Refuse Sacks (NWUPC and CPC)
Lot 3 Paper Hygiene Products (NWUPC and CPC)
Lot 4 Cleaning Consumables (GB) (NWUPC and CPC)
Lot 5 Cleaning Consumables (Northern Ireland) (NWUPC and CPC)
Lot 6 Cleaning Equipment Supply and Maintenance
Lot 7 Recycling Bins and Street Furniture
The following organisations have committed to this procurement:
All Lots:
https://www.nwupc.ac.uk/our-members
https://www.thecpc.ac.uk/members/
Lots 6 and 7:
http://www.apuc-scot.ac.uk/#!/members
http://www.hepcw.ac.uk/about-us-2/
https://www.lupc.ac.uk/member-list
http://www.neupc.ac.uk/our-members
https://www.supc.ac.uk/about-us/our-members/our-members
two.1.5) Estimated total value
Value excluding VAT: £25,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Any combination of Lots 1-5
two.2) Description
two.2.1) Title
Lot 1- Cleaning & Janitorial Supplies
Lot No
1
two.2.2) Additional CPV code(s)
- 39800000 - Cleaning and polishing products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Air Care (including Air freshener, odour control and air care products), Cleaning Chemicals (including Multi-purpose cleaning products, window, glass and stainless steel cleaner; Degreaser; descaler; bleaches and disinfectants; specialist and heavy duty cleaning products; oven cleaner; toilet cleaner; Floor cleaners, maintainer and polishes; carpet cleaner; Dishwashing detergent, cleaning agents; washing up liquid; Laundry Products; Concentrated chemicals, trigger sprays and dosing systems), Janitorial Equipment (including Cloths including microfibre cloths; dishcloths; heavy duty cloths; dusters; Scourers and sponges; Bin sack holders; Brushes and brooms including broom heads and handles; grout brushes; deck brushes; dust pans and brushes; dish washing brushes; Mopping systems including flat mopping systems, dust mopping, mop heads and handles; squeegee systems; buckets and wringers; Toilet brushes and toilet brush sets; Floor signs; High level cleaning systems; Laundry Equipment including ironing boards and covers; Litter collection equipment, weather safety equipment including rock salt; Trolleys); Skincare (including Hand lotion, hand soap and hand sanitiser; toiletries for conferencing). This list is not exhaustive.
two.2.5) Award criteria
Quality criterion - Name: Customer Requirements / Weighting: 50%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
This Framework Agreement will commence on 1st April 2024 for an initial period of 24 months until 31st March 2026 with the option to extend the Agreement for 12 months until 31st March 2027 and a further 12 months until 31st March 2028 subject to satisfactory Economic Operator performance.
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: Yes
Identification of the project
Call off by Members from the resulting framework may be conducted by institutions using various funds including but not limited to the European Regional Development Fund (ERDF)
two.2.14) Additional information
Please read the complete tender document set, including the supplier guide to tendering, prior to completing.
two.2) Description
two.2.1) Title
Lot 2- Refuse Sacks
Lot No
2
two.2.2) Additional CPV code(s)
- 39800000 - Cleaning and polishing products
- 19640000 - Polythene waste and refuse sacks and bags
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot covers refuse sacks including light, medium and heavy duty sacks; bin liners; clinical waste sacks; recycling bags; compostable bags; potato starch bags; biodegradable bags. These products will be required in a variety of weights, sizes and colours. This list is not exhaustive.
two.2.5) Award criteria
Quality criterion - Name: Customer Requirements / Weighting: 30%
Price - Weighting: 70%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
This Framework Agreement will commence on 1st April 2024 for an initial period of 24 months until 31st March 2026 with the option to extend the Agreement for 12 months until 31st March 2027 and a further 12 months until 31st March 2028 subject to satisfactory Economic Operator performance.
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: Yes
Identification of the project
Call off by Members from the resulting framework may be conducted by institutions using various funds including but not limited to the European Regional Development Fund (ERDF)
two.2.14) Additional information
Please read the complete tender document set, including the supplier guide to tendering, prior to completing.
two.2) Description
two.2.1) Title
Lot 3- Paper Hygiene Products (NWUPC and CPC)
Lot No
3
two.2.2) Additional CPV code(s)
- 39800000 - Cleaning and polishing products
- 33760000 - Toilet paper, handkerchiefs, hand towels and serviettes
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Toilet tissue including folded toilet tissue, jumbo and mini jumbo rolls, toilet rolls including generic and system specific rolls; hand towels to include folded hand towels and rolled hand towels; facial tissues; wipes, wiping paper and centre feed rolls. These products will be required in a variety of sizes and weights (gsm). This list is not exhaustive.
two.2.5) Award criteria
Quality criterion - Name: Customer Requirements / Weighting: 30%
Price - Weighting: 70%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
This Framework Agreement will commence on 1st April 2024 for an initial period of 24 months until 31st March 2026 with the option to extend the Agreement for 12 months until 31st March 2027 and a further 12 months until 31st March 2028 subject to satisfactory Economic Operator performance.
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: Yes
Identification of the project
Call off by Members from the resulting framework may be conducted by institutions using various funds including but not limited to the European Regional Development Fund (ERDF)
two.2.14) Additional information
Please read the complete tender document set, including the supplier guide to tendering, prior to completing.
two.2) Description
two.2.1) Title
Lot 4- Cleaning Consumables (Great Britain and British Isles)
Lot No
4
two.2.2) Additional CPV code(s)
- 39800000 - Cleaning and polishing products
- 33760000 - Toilet paper, handkerchiefs, hand towels and serviettes
- 19640000 - Polythene waste and refuse sacks and bags
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
• Cleaning Chemicals and Janitorial Supplies as per lot 1, Refuse Sacks as per lot 2, Paper Hygiene Products as per lot 3.
This lot is to be used where a member institution has a combined requirement for two or more of the following categories of product: cleaning chemicals and janitorial supplies; refuse sacks, paper hygiene products.
Where members have a requirement for the supply of two or more of the following categories of product: cleaning chemicals and janitorial supplies, refuse sacks and paper hygiene products; members may call off separately from the relevant lots of lots 1-3, or they may use the cleaning consumables lot 4 via a single call off. Lot 4 cannot be used to call off for requirements relating only to a single product category (as listed above).
two.2.5) Award criteria
Quality criterion - Name: Customer Requirements / Weighting: 50%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
This Framework Agreement will commence on 1st April 2024 for an initial period of 24 months until 31st March 2026 with the option to extend the Agreement for 12 months until 31st March 2027 and a further 12 months until 31st March 2028 subject to satisfactory Economic Operator performance.
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: Yes
Identification of the project
Call off by Members from the resulting framework may be conducted by institutions using various funds including but not limited to the European Regional Development Fund (ERDF)
two.2.14) Additional information
Please read the complete tender document set, including the supplier guide to tendering, prior to completing.
two.2) Description
two.2.1) Title
Lot 5- Cleaning Consumables (Northern Ireland)
Lot No
5
two.2.2) Additional CPV code(s)
- 39800000 - Cleaning and polishing products
- 19640000 - Polythene waste and refuse sacks and bags
- 33760000 - Toilet paper, handkerchiefs, hand towels and serviettes
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Cleaning Chemicals and Janitorial Supplies as per lot 1, Refuse Sacks as per lot 2, Paper Hygiene Products as per lot 3 to Member Institutions in Northern Ireland.
two.2.5) Award criteria
Quality criterion - Name: Customer Requirements / Weighting: 30%
Price - Weighting: 70%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
This Framework Agreement will commence on 1st April 2024 for an initial period of 24 months until 31st March 2026 with the option to extend the Agreement for 12 months until 31st March 2027 and a further 12 months until 31st March 2028 subject to satisfactory Economic Operator performance.
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: Yes
Identification of the project
Call off by Members from the resulting framework may be conducted by institutions using various funds including but not limited to the European Regional Development Fund (ERDF)
two.2.14) Additional information
Please read the complete tender document set, including the supplier guide to tendering, prior to completing.
two.2) Description
two.2.1) Title
Lot 6- Cleaning Equipment Supply and Maintenance
Lot No
6
two.2.2) Additional CPV code(s)
- 39800000 - Cleaning and polishing products
- 39713400 - Floor-maintenance machines
- 42999000 - Non-domestic vacuum cleaners and floor polishers
- 42972000 - Parts of cleaning machines
- 39713420 - Floor polishers
- 39713430 - Vacuum cleaners
- 39713410 - Floor-cleaning machines
- 39713431 - Accessories for vacuum cleaners
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
• Mandatory:
• The supply of cleaning machines for commercial and professional use in member institutions including:
• Scrubber-Dryers Walk Behind and Scrubber-Dryers Ride-On, Sweeper-Scrubbers, Sweepers Walk-Behind and Ride-on Sweepers, Steamers, Carpet Extractors and Upholstery cleaners, Floor Burnishers and Single Disc Machines, Vacuum (upright, tub and backpack), Pressure washers, High level cleaning equipment, Gum Removal Equipment and other cleaning equipment as appropriate for commercial and professional use.
• Robotic cleaning machinery
• The supply of associated accessories, parts and consumables for Cleaning Equipment.
• The provision of training and product support to Institutional staff.
Non-mandatory:
• In support of the circular economy, agreement users may request the supply of refurbished equipment and associated products. It is not a mandatory requirement of the agreement that awarded suppliers are able to offer such products, but such options will be encouraged and supported by participating consortia and members. Such products may be provided on a limited warranty basis.
• Cleaning equipment maintenance and servicing on either a regular, pre-planned basis or, on a reactive, ad hoc repair basis as required by Member Institutions.
two.2.5) Award criteria
Quality criterion - Name: Customer Requirements / Weighting: 40%
Price - Weighting: 60%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
This Framework Agreement will commence on 1st April 2024 for an initial period of 24 months until 31st March 2026 with the option to extend the Agreement for 12 months until 31st March 2027 and a further 12 months until 31st March 2028 subject to satisfactory Economic Operator performance.
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: Yes
Identification of the project
Call off by Members from the resulting framework may be conducted by institutions using various funds including but not limited to the European Regional Development Fund (ERDF)
two.2.14) Additional information
Please read the complete tender document set, including the supplier guide to tendering, prior to completing.
two.2) Description
two.2.1) Title
Lot 7- Recycling Bins and Street Furniture
Lot No
7
two.2.2) Additional CPV code(s)
- 34928400 - Urban furniture
- 39224340 - Bins
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Mandatory:
Recycling Bins covering internal bins; external bins; metal bins; plastic bins; lockable bins; non-lockable bins and sack retention systems in a range of materials, sizes, weights, colours and with a variety of fixings. Bespoke recycling solutions are also included within the scope. These “Goods” will be utilised in a range of areas including, residential accommodation, kitchens, teaching rooms, office spaces and externally. This list is not exhaustive.
The scope also includes
• Installation and siting of relevant products
• Signage, including bespoke options, and options that align with WRAPs Recycle Now and Wales Recycles logos, Zero Waste Scotland and other widely utilised logo standards for the above products to support and encourage the correct disposal of waste materials for recycling.
• ‘Smart’ waste solutions to support recycling rates and drive efficiencies e.g. fill level sensors
Non-mandatory:
In support of the circular economy, agreement users may request the supply of refurbished products. It is not a mandatory requirement of the agreement that awarded suppliers are able to offer such products, but such options will be encouraged and supported by participating consortia and members.
Street Furniture including seating; bollards; planters; cycle shelters, cycle parking and storage; smoking shelters; general shelters and canopies; bin housing; winter safety products all in a variety of sizes and materials. Bespoke street furniture solutions are also included within the scope. This list is not exhaustive.
Suppliers supplying street furniture must be able to offer installation and siting of relevant products.
The scope also covers ‘smart’ street furniture solutions e.g. furniture with the facility to provide connectivity to Wi-Fi
two.2.5) Award criteria
Quality criterion - Name: Customer Requirements / Weighting: 40%
Price - Weighting: 60%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
This Framework Agreement will commence on 1st April 2024 for an initial period of 24 months until 31st March 2026 with the option to extend the Agreement for 12 months until 31st March 2027 and a further 12 months until 31st March 2028 subject to satisfactory Economic Operator performance.
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: Yes
Identification of the project
Call off by Members from the resulting framework may be conducted by institutions using various funds including but not limited to the European Regional Development Fund (ERDF)
two.2.14) Additional information
Please read the complete tender document set, including the supplier guide to tendering, prior to completing.
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 several operators
Envisaged maximum number of participants to the framework agreement: 38
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
Originally published as:
Date
19 December 2023
Local time
1:00pm
Changed to:
Date
5 January 2024
Local time
1:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
19 December 2023
Local time
2:00pm
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
At some point during the life of the Framework Agreement the current members of the following may wish to utilise the Agreement and should have access at any point with the permission of NWUPC. This Agreement is not intended to replace any current Agreements that either participating or non-participating Institutions may already have in place. A list of the current members is available as follows:
Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide
https://www.gov.uk/government/organisations
Local Authorities
https://www.gov.uk/find-local-council
NDPBs
https://www.gov.uk/government/organisations
National Parks Authorities
Police Forces in the United Kingdom
http://www.police.uk/?view=force_sites
https://www.police-information.co.uk/index.html
Fire and Rescue Services in the United Kingdom
https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services
NHS Bodies England
https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx
Hospices in the UK
https://www.hospiceuk.org/about-hospice-care/find-a-hospice
Registered Social Landlords (Housing Associations)
Third Sector and Charities in the United Kingdom
https://www.gov.uk/government/organisations/charity-commission
Citizens Advice in the United Kingdom
http://www.citizensadvice.org.uk/index/getadvice.htm
NI Public Bodies
Northern Ireland Government Departments
https://www.northernireland.gov.uk/topics/your-executive/government-departments
https://www.nidirect.gov.uk/contacts/government-departments-in-northern-ireland
Northern Ireland Public Sector Bodies and Local Authorities
https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies
Schools and Universities in Northern Ireland
https://www.education-ni.gov.uk/
Health and Social care in Northern Ireland
Northern Ireland Housing Associations
https://www.nidirect.gov.uk/contacts/housing-associations
Police Service of Northern Ireland
six.4) Procedures for review
six.4.1) Review body
NWUPC Ltd
oom 404, 4th Floor, Crescent House, University of Salford
Salford
M5 4WT
Telephone
+44 1612348000
Country
United Kingdom