Opportunity

Ministry of Justice Tender for Cleaning and Hygiene Products

  • Ministry of Justice

F02: Contract notice

Notice reference: 2022/S 000-034089

Published 1 December 2022, 3:10pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice

102 Petty France

London

SW1H 9AJ

Email

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