Tender

Washroom Services and Period Dignity Solutions

  • North Western Universities Purchasing Consortium

F02: Contract notice

Notice identifier: 2024/S 000-036920

Procurement identifier (OCID): ocds-h6vhtk-04b698

Published 14 November 2024, 5:37pm



The closing date and time has been changed to:

6 January 2025, 1:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

North Western Universities Purchasing Consortium

Salford Innovation Forum- Room 210, 51 Frederick Road,

Salford

M6 6FP

Contact

Myles Woodman

Email

myles.woodman@nwupc.ac.uk

Telephone

+44 1612348017

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

04045190

Internet address(es)

Main address

https://nwupc.ac.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/91080

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://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=87551&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=87551&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

Washroom Services and Period Dignity Solutions

Reference number

JAN3181NW

two.1.2) Main CPV code

  • 85142300 - Hygiene services

two.1.3) Type of contract

Services

two.1.4) Short description

NWUPC is seeking to establish a multi-provider Framework Agreement on behalf of the members of APUC, CPC, HEPCW, LUPC, NEUPC, NWUPC and SUPC for Washroom Services and Period Dignity Solutions as the successor to an existing framework agreement. This Framework Agreement will commence on 1st April 2025 for an initial period of thirty-six (36) months until 31st March 2028 with the option to extend the Agreement for 12 months until 31st March 2029 subject to satisfactory Economic Operator performance. The agreement is split into fourteen (14) lots. Lots 1-13 cover the supply of Washroom Services on a regional basis. Lot 14 covers Period Dignity Solutions nationally.

two.1.5) Estimated total value

Value excluding VAT: £14,000,000

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 1-13 where the same economic operators are appointed to the Lots.

two.2) Description

two.2.1) Title

Lot 1 - Washroom Services (North East)

Lot No

1

two.2.2) Additional CPV code(s)

  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 33700000 - Personal care products
  • 33741000 - Hand care products
  • 33770000 - Paper sanitary
  • 39532000 - Mats
  • 39712300 - Hand-drying apparatus
  • 39810000 - Odoriferous preparations and waxes
  • 90510000 - Refuse disposal and treatment
  • 90524000 - Medical waste services
  • 90900000 - Cleaning and sanitation services
  • 90920000 - Facility related sanitation services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)

two.2.4) Description of the procurement

This lot covers the full complement of services/products required to create and maintain a clean, safe and pleasant washroom environment. It is a mandatory requirement that suppliers can provide the following services/products: Hygiene Waste Collection and Disposal; Air Care Products & Replenishment; Hand Care and Drying; Vending Solutions. The Framework also includes the following services on a non-mandatory basis: Water Management; Clinical Waster & Sharps Disposal; Matting; First Aid products

two.2.5) Award criteria

Quality criterion - Name: Customer Requirements / Weighting: 45.00%

Price - Weighting: 55.00%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement will commence on 1st April 2025 for an initial period of thirty-six (36) months until 31st March 2028 with the option to extend the Agreement for (12) months until 31st March 2029 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: No

two.2) Description

two.2.1) Title

Lot 14 Period Dignity Solutions

Lot No

14

two.2.2) Additional CPV code(s)

  • 33700000 - Personal care products
  • 33771100 - Sanitary towels or tampons

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is focused on delivering period dignity to member communities through period products which are safe, sustainably sourced, with a low environmental impact and high social value. Access to the products and support services in this lot will be for students, staff, and the wider community where the community is engaged in a period dignity scheme led by the Customer. The focus of the lot is primarily on the provision of products in bulk box volumes to support product replenishment and deliver value however, sales may be for smaller volumes and can be through the Customer or direct from the end user (e.g. student). This may include product delivery to the premises of the Customer or, where required, delivery to a personal address.

The scope of Lot 14 also includes the provision of solutions to support product dispensing through free vending and other solutions that support discrete access to in scope products.

two.2.5) Award criteria

Quality criterion - Name: Customer Requirements / Weighting: 40.00%

Price - Weighting: 60.00%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement will commence on 1st April 2025 for an initial period of thirty-six (36) months until 31st March 2028 with the option to extend the Agreement for (12) months until 31st March 2029 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: No

two.2) Description

two.2.1) Title

Lot 2 - Washroom Services (North West)

Lot No

2

two.2.2) Additional CPV code(s)

  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 33700000 - Personal care products
  • 33741000 - Hand care products
  • 33770000 - Paper sanitary
  • 39532000 - Mats
  • 39712210 - Hair dryers
  • 39712300 - Hand-drying apparatus
  • 39810000 - Odoriferous preparations and waxes
  • 90510000 - Refuse disposal and treatment
  • 90524000 - Medical waste services
  • 90900000 - Cleaning and sanitation services
  • 90920000 - Facility related sanitation services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

This lot covers the full complement of services/products required to create and maintain a clean, safe and pleasant washroom environment. It is a mandatory requirement that suppliers can provide the following services/products: Hygiene Waste Collection and Disposal; Air Care Products & Replenishment; Hand Care and Drying; Vending Solutions. The Framework also includes the following services on a non-mandatory basis: Water Management; Clinical Waster & Sharps Disposal; Matting; First Aid products

two.2.5) Award criteria

Quality criterion - Name: Customer Requirements / Weighting: 45.00%

Price - Weighting: 55.00%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement will commence on 1st April 2025 for an initial period of thirty-six (36) months until 31st March 2028 with the option to extend the Agreement for (12) months until 31st March 2029 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: No

two.2) Description

two.2.1) Title

Lot 3 - Washroom Services (Yorkshire and the Humber)

Lot No

3

two.2.2) Additional CPV code(s)

  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 33700000 - Personal care products
  • 39532000 - Mats
  • 33741000 - Hand care products
  • 33770000 - Paper sanitary
  • 39712300 - Hand-drying apparatus
  • 39712210 - Hair dryers
  • 39810000 - Odoriferous preparations and waxes
  • 90510000 - Refuse disposal and treatment
  • 90524000 - Medical waste services
  • 90900000 - Cleaning and sanitation services
  • 90920000 - Facility related sanitation services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

This lot covers the full complement of services/products required to create and maintain a clean, safe and pleasant washroom environment. It is a mandatory requirement that suppliers can provide the following services/products: Hygiene Waste Collection and Disposal; Air Care Products & Replenishment; Hand Care and Drying; Vending Solutions. The Framework also includes the following services on a non-mandatory basis: Water Management; Clinical Waster & Sharps Disposal; Matting; First Aid products

two.2.5) Award criteria

Quality criterion - Name: Customer Requirements / Weighting: 45.00%

Price - Weighting: 55.00%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement will commence on 1st April 2025 for an initial period of thirty-six (36) months until 31st March 2028 with the option to extend the Agreement for (12) months until 31st March 2029 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: No

two.2) Description

two.2.1) Title

Lot 4 - Washroom Services (East Midlands)

Lot No

4

two.2.2) Additional CPV code(s)

  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 33700000 - Personal care products
  • 33741000 - Hand care products
  • 33770000 - Paper sanitary
  • 39532000 - Mats
  • 39712300 - Hand-drying apparatus
  • 39712210 - Hair dryers
  • 39810000 - Odoriferous preparations and waxes
  • 90510000 - Refuse disposal and treatment
  • 90524000 - Medical waste services
  • 90900000 - Cleaning and sanitation services
  • 90920000 - Facility related sanitation services

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)

two.2.4) Description of the procurement

This lot covers the full complement of services/products required to create and maintain a clean, safe and pleasant washroom environment. It is a mandatory requirement that suppliers can provide the following services/products: Hygiene Waste Collection and Disposal; Air Care Products & Replenishment; Hand Care and Drying; Vending Solutions. The Framework also includes the following services on a non-mandatory basis: Water Management; Clinical Waster & Sharps Disposal; Matting; First Aid products

two.2.5) Award criteria

Quality criterion - Name: Customer Requirements / Weighting: 45.00%

Price - Weighting: 55.00%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement will commence on 1st April 2025 for an initial period of thirty-six (36) months until 31st March 2028 with the option to extend the Agreement for (12) months until 31st March 2029 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: No

two.2) Description

two.2.1) Title

Lot 5 - Washroom Services (West Midlands)

Lot No

5

two.2.2) Additional CPV code(s)

  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 33700000 - Personal care products
  • 33741000 - Hand care products
  • 33770000 - Paper sanitary
  • 39532000 - Mats
  • 39712300 - Hand-drying apparatus
  • 39712210 - Hair dryers
  • 39810000 - Odoriferous preparations and waxes
  • 90510000 - Refuse disposal and treatment
  • 90524000 - Medical waste services
  • 90900000 - Cleaning and sanitation services
  • 90920000 - Facility related sanitation services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

two.2.4) Description of the procurement

This lot covers the full complement of services/products required to create and maintain a clean, safe and pleasant washroom environment. It is a mandatory requirement that suppliers can provide the following services/products: Hygiene Waste Collection and Disposal; Air Care Products & Replenishment; Hand Care and Drying; Vending Solutions. The Framework also includes the following services on a non-mandatory basis: Water Management; Clinical Waster & Sharps Disposal; Matting; First Aid products

two.2.5) Award criteria

Quality criterion - Name: Customer Requirements / Weighting: 45.00%

Price - Weighting: 55.00%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement will commence on 1st April 2025 for an initial period of thirty-six (36) months until 31st March 2028 with the option to extend the Agreement for (12) months until 31st March 2029 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: No

two.2) Description

two.2.1) Title

Lot 6 - Washroom Services (East of England)

Lot No

6

two.2.2) Additional CPV code(s)

  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 33741000 - Hand care products
  • 33770000 - Paper sanitary
  • 39532000 - Mats
  • 39712300 - Hand-drying apparatus
  • 39712210 - Hair dryers
  • 39810000 - Odoriferous preparations and waxes
  • 90510000 - Refuse disposal and treatment
  • 90524000 - Medical waste services
  • 90900000 - Cleaning and sanitation services
  • 90920000 - Facility related sanitation services
  • 33700000 - Personal care products

two.2.3) Place of performance

NUTS codes
  • UKH - East of England

two.2.4) Description of the procurement

This lot covers the full complement of services/products required to create and maintain a clean, safe and pleasant washroom environment. It is a mandatory requirement that suppliers can provide the following services/products: Hygiene Waste Collection and Disposal; Air Care Products & Replenishment; Hand Care and Drying; Vending Solutions. The Framework also includes the following services on a non-mandatory basis: Water Management; Clinical Waster & Sharps Disposal; Matting; First Aid products

two.2.5) Award criteria

Quality criterion - Name: Customer Requirements / Weighting: 45.00%

Price - Weighting: 55.00%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement will commence on 1st April 2025 for an initial period of thirty-six (36) months until 31st March 2028 with the option to extend the Agreement for (12) months until 31st March 2029 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: No

two.2) Description

two.2.1) Title

Lot 7 - Washroom Services (London)

Lot No

7

two.2.2) Additional CPV code(s)

  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 33700000 - Personal care products
  • 33741000 - Hand care products
  • 33770000 - Paper sanitary
  • 39532000 - Mats
  • 39712300 - Hand-drying apparatus
  • 39712210 - Hair dryers
  • 39810000 - Odoriferous preparations and waxes
  • 90510000 - Refuse disposal and treatment
  • 90524000 - Medical waste services
  • 90900000 - Cleaning and sanitation services
  • 90920000 - Facility related sanitation services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

This lot covers the full complement of services/products required to create and maintain a clean, safe and pleasant washroom environment. It is a mandatory requirement that suppliers can provide the following services/products: Hygiene Waste Collection and Disposal; Air Care Products & Replenishment; Hand Care and Drying; Vending Solutions. The Framework also includes the following services on a non-mandatory basis: Water Management; Clinical Waster & Sharps Disposal; Matting; First Aid products

two.2.5) Award criteria

Quality criterion - Name: Customer Requirements / Weighting: 45.00%

Price - Weighting: 55.00%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement will commence on 1st April 2025 for an initial period of thirty-six (36) months until 31st March 2028 with the option to extend the Agreement for (12) months until 31st March 2029 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: No

two.2) Description

two.2.1) Title

Lot 8 - Washroom Services (South East)

Lot No

8

two.2.2) Additional CPV code(s)

  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 33700000 - Personal care products
  • 33741000 - Hand care products
  • 33770000 - Paper sanitary
  • 39532000 - Mats
  • 39712300 - Hand-drying apparatus
  • 39712210 - Hair dryers
  • 39810000 - Odoriferous preparations and waxes
  • 90524000 - Medical waste services
  • 90900000 - Cleaning and sanitation services
  • 90920000 - Facility related sanitation services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

This lot covers the full complement of services/products required to create and maintain a clean, safe and pleasant washroom environment. It is a mandatory requirement that suppliers can provide the following services/products: Hygiene Waste Collection and Disposal; Air Care Products & Replenishment; Hand Care and Drying; Vending Solutions. The Framework also includes the following services on a non-mandatory basis: Water Management; Clinical Waster & Sharps Disposal; Matting; First Aid products

two.2.5) Award criteria

Quality criterion - Name: Customer Requirements / Weighting: 45.00%

Price - Weighting: 55.00%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement will commence on 1st April 2025 for an initial period of thirty-six (36) months until 31st March 2028 with the option to extend the Agreement for (12) months until 31st March 2029 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: No

two.2) Description

two.2.1) Title

Lot 9 - Washroom Services (South West)

Lot No

9

two.2.2) Additional CPV code(s)

  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 33700000 - Personal care products
  • 33741000 - Hand care products
  • 33770000 - Paper sanitary
  • 39532000 - Mats
  • 39712300 - Hand-drying apparatus
  • 39712210 - Hair dryers
  • 39810000 - Odoriferous preparations and waxes
  • 90510000 - Refuse disposal and treatment
  • 90524000 - Medical waste services
  • 90900000 - Cleaning and sanitation services
  • 90920000 - Facility related sanitation services

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)

two.2.4) Description of the procurement

This lot covers the full complement of services/products required to create and maintain a clean, safe and pleasant washroom environment. It is a mandatory requirement that suppliers can provide the following services/products: Hygiene Waste Collection and Disposal; Air Care Products & Replenishment; Hand Care and Drying; Vending Solutions. The Framework also includes the following services on a non-mandatory basis: Water Management; Clinical Waster & Sharps Disposal; Matting; First Aid products

two.2.5) Award criteria

Quality criterion - Name: Customer Requirements / Weighting: 45.00%

Price - Weighting: 55.00%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement will commence on 1st April 2025 for an initial period of thirty-six (36) months until 31st March 2028 with the option to extend the Agreement for (12) months until 31st March 2029 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: No

two.2) Description

two.2.1) Title

Lot 10 - Washroom Services (Wales)

Lot No

10

two.2.2) Additional CPV code(s)

  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 33700000 - Personal care products
  • 33741000 - Hand care products
  • 33770000 - Paper sanitary
  • 39532000 - Mats
  • 39712300 - Hand-drying apparatus
  • 39712210 - Hair dryers
  • 39810000 - Odoriferous preparations and waxes
  • 90510000 - Refuse disposal and treatment
  • 90524000 - Medical waste services
  • 90900000 - Cleaning and sanitation services
  • 90920000 - Facility related sanitation services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

This lot covers the full complement of services/products required to create and maintain a clean, safe and pleasant washroom environment. It is a mandatory requirement that suppliers can provide the following services/products: Hygiene Waste Collection and Disposal; Air Care Products & Replenishment; Hand Care and Drying; Vending Solutions. The Framework also includes the following services on a non-mandatory basis: Water Management; Clinical Waster & Sharps Disposal; Matting; First Aid products

two.2.5) Award criteria

Quality criterion - Name: Customer Requirements / Weighting: 45.00%

Price - Weighting: 55.00%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement will commence on 1st April 2025 for an initial period of thirty-six (36) months until 31st March 2028 with the option to extend the Agreement for (12) months until 31st March 2029 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: No

two.2) Description

two.2.1) Title

Lot 11 - Washroom Services (Northern Ireland)

Lot No

11

two.2.2) Additional CPV code(s)

  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 33700000 - Personal care products
  • 33741000 - Hand care products
  • 33770000 - Paper sanitary
  • 39532000 - Mats
  • 39712300 - Hand-drying apparatus
  • 39712210 - Hair dryers
  • 39810000 - Odoriferous preparations and waxes
  • 90510000 - Refuse disposal and treatment
  • 90524000 - Medical waste services
  • 90900000 - Cleaning and sanitation services
  • 90920000 - Facility related sanitation services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

This lot covers the full complement of services/products required to create and maintain a clean, safe and pleasant washroom environment. It is a mandatory requirement that suppliers can provide the following services/products: Hygiene Waste Collection and Disposal; Air Care Products & Replenishment; Hand Care and Drying; Vending Solutions. The Framework also includes the following services on a non-mandatory basis: Water Management; Clinical Waster & Sharps Disposal; Matting; First Aid products

two.2.5) Award criteria

Quality criterion - Name: Customer Requirements / Weighting: 45.00%

Price - Weighting: 55.00%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement will commence on 1st April 2025 for an initial period of thirty-six (36) months until 31st March 2028 with the option to extend the Agreement for (12) months until 31st March 2029 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: No

two.2) Description

two.2.1) Title

Lot 12 - Washroom Services (Scotland)

Lot No

12

two.2.2) Additional CPV code(s)

  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 33700000 - Personal care products
  • 33741000 - Hand care products
  • 33770000 - Paper sanitary
  • 39532000 - Mats
  • 39712300 - Hand-drying apparatus
  • 39712210 - Hair dryers
  • 39810000 - Odoriferous preparations and waxes
  • 90510000 - Refuse disposal and treatment
  • 90524000 - Medical waste services
  • 90900000 - Cleaning and sanitation services
  • 90920000 - Facility related sanitation services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

This lot covers the full complement of services/products required to create and maintain a clean, safe and pleasant washroom environment. It is a mandatory requirement that suppliers can provide the following services/products: Hygiene Waste Collection and Disposal; Air Care Products & Replenishment; Hand Care and Drying; Vending Solutions. The Framework also includes the following services on a non-mandatory basis: Water Management; Clinical Waster & Sharps Disposal; Matting; First Aid products

two.2.5) Award criteria

Quality criterion - Name: Customer Requirements / Weighting: 45.00%

Price - Weighting: 55.00%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement will commence on 1st April 2025 for an initial period of thirty-six (36) months until 31st March 2028 with the option to extend the Agreement for (12) months until 31st March 2029 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: No

two.2) Description

two.2.1) Title

Lot 13 - Washroom Services (National)

Lot No

13

two.2.2) Additional CPV code(s)

  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 33700000 - Personal care products
  • 33741000 - Hand care products
  • 33770000 - Paper sanitary
  • 39532000 - Mats
  • 39712300 - Hand-drying apparatus
  • 39712210 - Hair dryers
  • 39810000 - Odoriferous preparations and waxes
  • 90510000 - Refuse disposal and treatment
  • 90524000 - Medical waste services
  • 90900000 - Cleaning and sanitation services
  • 90920000 - Facility related sanitation services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
  • UKL - Wales
  • UKK - South West (England)
  • UKJ - South East (England)
  • UKI - London
  • UKH - East of England
  • UKG - West Midlands (England)
  • UKF - East Midlands (England)
  • UKE - Yorkshire and the Humber
  • UKD - North West (England)
  • UKC - North East (England)

two.2.4) Description of the procurement

This lot covers the full complement of services/products required to create and maintain a clean, safe and pleasant washroom environment. It is a mandatory requirement that suppliers can provide the following services/products: Hygiene Waste Collection and Disposal; Air Care Products & Replenishment; Hand Care and Drying; Vending Solutions. The Framework also includes the following services on a non-mandatory basis: Water Management; Clinical Waster & Sharps Disposal; Matting; First Aid products

two.2.5) Award criteria

Quality criterion - Name: Customer Requirements / Weighting: 45.00%

Price - Weighting: 55.00%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement will commence on 1st April 2025 for an initial period of thirty-six (36) months until 31st March 2028 with the option to extend the Agreement for (12) months until 31st March 2029 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: No


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: 82

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: 2024/S 000-580787

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

17 December 2024

Local time

1:00pm

Changed to:

Date

6 January 2025

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

17 December 2024

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

The following organisations have committed to this procurement and intend to utilise the Framework Agreement as soon as possible after award:

NWUPC https://www.nwupc.ac.uk/our-members

CPC https://www.thecpc.ac.uk/members/

APUC http://www.apuc-scot.ac.uk/#!/members

HEPCW https://www.hepcw.ac.uk/members/

LUPC https://www.lupc.ac.uk/member-list

NEUPC http://www.neupc.ac.uk/our-members

SUPC https://www.supc.ac.uk/about-us/our-members/our-members

At some point during the life of the Framework Agreement the 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.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide

https://www.gov.uk/government/organisations

Local Authorities

https://www.gov.uk/find-local-council

https://www.local.gov.uk

NDPBs

https://www.gov.uk/government/organisations

National Parks Authorities

https://www.nationalparks.uk/

Police Forces in the United Kingdom

http://www.police.uk/?view=force_sites

Fire and Rescue Services in the United Kingdom

https://www.nationalfirechiefs.org.uk/fire-and-rescue-services

NHS Bodies England

https://www.england.nhs.uk/publication/nhs-provider-directory/

Hospices in the UK

https://www.hospiceuk.org/hospice-care-finder

Registered Social Landlords (Housing Associations)

https://www.gov.uk/government/publications/registered-providers-of-social-housing

Third Sector and Charities in the United Kingdom

https://www.gov.uk/government/organisations/charity-commission

http://www.oscr.org.uk

Citizens Advice in the United Kingdom

http://www.citizensadvice.org.uk/index/getadvice.htm

www.cas.org.uk

Scottish Police

http://www.scotland.police.uk

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

http://online.hscni.net

Northern Ireland Housing Associations

https://www.nidirect.gov.uk/contacts/housing-associations

Police Service of Northern Ireland

https://www.psni.police.uk

six.4) Procedures for review

six.4.1) Review body

NWUPC Ltd

Salford

Country

United Kingdom