Section one: Contracting authority
one.1) Name and addresses
Ministry of Justice
102 Petty France
London
SW1H 9AJ
mojprocurementoperationalgoodsandservices@justice.gov.uk
Telephone
+44 02033343555
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://ministryofjusticecommercial.bravosolution.co.uk
Buyer's address
https://ministryofjusticecommercial.bravosolution.co.uk
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
https://ministryofjusticecommercial.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://ministryofjusticecommercial.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Ministry of Justice Tender for Cleaning and Hygiene Products
Reference number
6836
two.1.2) Main CPV code
- 39830000 - Cleaning products
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Ministry of Justice (MoJ) uses Cleaning and Hygiene Products across its business units, predominantly for the cleaning and maintenance of facilities or the personal hygiene of staff and those held in custody by the MoJ as part of its business as usual activities.
The goods are required nationally, and deliveries made to MoJ locations across England and Wales to include approximately 141 prisons, 650 courts and a number of other locations consisting of regional headquarters, support offices and training centres. The large majority of orders are generated by HM Prison establishments, which have high usage and the capacity for some stock storage. Wider MoJ locations are typically office based and order smaller volumes on an ad hoc basis.
two.1.5) Estimated total value
Value excluding VAT: £32,640,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 33141850 - Dental hygiene products
- 39224300 - Brooms and brushes and other articles for household cleaning
- 39291000 - Laundry supplies
- 39525800 - Cleaning cloths
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
England and Wales
two.2.4) Description of the procurement
There is an ongoing requirement for all establishments to have access to a range of personal hygiene and janitorial supply products. The current product list covers a diverse range of goods from mops and buckets to afro combs and cleaning chemicals. The current process allows prison staff to order electronically from a catalogue of goods.
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: £32,640,000
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
Potential to extend to a total of 2 years (1+1)
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 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
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
23 January 2023
Local time
5:00pm
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: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
23 January 2023
Local time
5:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom