Supply and Delivery of Cleaning Materials, Catering Services Hygiene Products and Personal Protective Equipment (PPE)

A Contract Award Notice
by EDUCATION AUTHORITY

Source
Find a Tender
Type
Framework (Supply)
Duration
not specified
Value
£17M
Sector
FACILITY
Published
01 Sep 2022
Delivery
not specified
Deadline
n/a

Concepts

Location

This is a multi-location Framework covering all schools/EA locations throughout Northern Ireland - potentially approx 1,200 locations

Geochart for 2 buyers and 14 suppliers

Description

FMM-21-009 Supply and Delivery of Cleaning Materials, Catering Services Hygiene Products and Personal Protective Equipment (PPE) throughout Northern Ireland

Award Detail

1 Banner Group (Belfast)
  • Num offers: 22
  • Value: £17,000,000 [share]
  • Awarded to group of suppliers.
2 Bunzl (Armagh)
  • Num offers: 22
  • Value: £17,000,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
3 Bunzl Retail & Healthcare Supplies (Larne)
  • Num offers: 22
  • Value: £17,000,000 [share]
  • Awarded to group of suppliers.
4 Cleancare Ireland (Newtownabbey)
  • Num offers: 22
  • Value: £17,000,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
5 Creative Activity Group (Londonderry)
  • Num offers: 22
  • Value: £17,000,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
6 Galgorm Hygiene (Ballymena)
  • Num offers: 22
  • Value: £17,000,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
7 Healthy Bean (London)
  • Num offers: 22
  • Value: £17,000,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
8 Industrial Floorcare Machines (Belfast)
  • Num offers: 22
  • Value: £17,000,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
9 Interclean Hygiene & Cleaning Supplies (Belfast)
  • Num offers: 22
  • Value: £17,000,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
10 John Preston (Lisburn)
  • Num offers: 22
  • Value: £17,000,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
11 Lyreco (Telford)
  • Num offers: 22
  • Value: £17,000,000 [share]
  • Awarded to group of suppliers.
12 Sharon Services (Glasgow)
  • Num offers: 22
  • Value: £17,000,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
13 Stephens Catering Equipment (Belfast)
  • Num offers: 22
  • Value: £17,000,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
14 Healthcare Essentials (Newtownards)
  • Num offers: 22
  • Value: £17,000,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.

Renewal Options

After the initial Contract period there is potential for 2 further extensions of 12 months each.

Award Criteria

PRICE _

CPV Codes

  • 39830000 - Cleaning products
  • 03313200 - Natural sponges
  • 18142000 - Safety visors
  • 18143000 - Protective gear
  • 18424000 - Gloves
  • 18443500 - Visors
  • 19640000 - Polythene waste and refuse sacks and bags
  • 33141420 - Surgical gloves
  • 34928480 - Waste and rubbish containers and bins
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 42995000 - Miscellaneous cleaning machines

Indicators

  • Options are available.
  • Award on basis of price.

Other Information

The Contract Notice for this procurement was published on Find-A-Tender on 10 September 2021 under the notice number 2021/S 000-0222585. A Corrigendum was also published on 5 October 2021 under the number 2021/S 000-024800. A Contract Award Notice was published on 6 April 2022 under the number 2022/S 000-009233 for the first stage of an incremental award. This Award Notice is for the final stage of an incremental award. Under the previous notice, 14 Suppliers were awarded (as detailed in V.2.3). Although one further Lot has been awarded to Healthy Bean Ltd, no new Suppliers have been awarded on to this framework and no additional value is attributed as the value stated in the first Award Notice (2022/S 000-009233) was applicable to the overall framework. This is the final incremental award of this framework and any further mini-competitions (if required) will be conducted as outlined in the tender documentation. The following 12 Lots in total were not awarded Lot 5, Detergent, Germicidal Lot 9, Floor Maintainer (Germicidal) Lot 26, Chewing Gum Remover, Liquid Lot 55, Floor Cloths Lot 56 Cleaning/Wiping Cloths Lot 61, Accessory Box for holding microfibre cloths, with lid Lot 81, Do-all Mop Head, for push-in handle Lot 131, Bin Liners, 10 litre capacity, clear Lot 139, Disposable Aprons, 16.5 microns, white Lot 140, Disposable Aprons, 16.5 micros, blue Lot 155, Hand Truck, with folding foot iron Lot 183, Hooded disposable coverall, white (sizes Med, Large, XL, XXL, XXXL) This Framework Agreement has been established on behalf of EA, Primary and Post Primary schools under the control of the EA, Catholic Maintained Schools, Independent Schools in NI, Irish Medium Schools in NI, both Controlled and Voluntary Grammar Schools, Nursery School for NI (both controlled and Catholic Maintained), school meals kitchens on-site at all of these schools, and Controlled Youth Centres: https://www.education-ni.gov.uk/services/schools-plus Further Education Colleges in NI: https://www.nidirect.gov.uk/contacts/further-education-fe-colleges Grant Controlled Integrated Education Schools in NI: https://www.nicie.org/parents/school-finder/ Independent School in NI: https://www.isc.co.uk/schools/northern-ireland/ Libraries NI: https://www.librariesni.org.uk/Libraries/ EA Teachers' and Educational Centres Council for the Curriculum, Examination and Assessment NI (CCEA) Armagh Observatory and Planetarium Middletown Centre for Autism Controlled Schools Support Council (CSSC) Northern Ireland Council for Integrated Education (NICIE) who may also use this Framework. The value shown in II.2.7 is the highest value estimated in the following range: 11,000,000 GBP to 17,000,000 GBP which has been calculated on the basis of a 2-year framework plus two 12 month extension periods and contingency for higher demand during the contract period, for all clients. There is no commitment as to the usage, volume, or value of products required under this Framework Agreement. The first two stages awarded have a contract term of 01 April 2022 to 31 March 2024, and the third (final) stage of award as detailed in this notice has a contract term of 02 August 2022 to 31 March 2024. All awards have a potential for 2 further extensions of 12 months each. Mini-Competitions: Further competitions may be commissioned during the framework term for additional cleaning materials, catering services hygiene products and PPE. Such competitions will be run with all Contractors appointed to the framework, irrespective of the Lot they were awarded (unless otherwise excluded through poor performance). At the time of any mini competition, the Clients will decide the contract term, which shall be no longer than a period of four years. Contract Monitoring: The Successful Contractor's performance on this Contract will be managed as per the specification and regularly monitored (see Procurement Guidance Note 01/12 - Contract Management - Procedures and Principles). Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in EA for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and this Contract may be terminated. Any contractor in receipt of a Notice of Unsatisfactory Performance will be required to declare this in future tender submissions for a period of three years from the date of issue of the Notice. It may also result in the contractor being excluded from all procurement competitions being undertaken by the EA. Education Authority Northern Ireland (EA) are committed to the promotion of social inclusion and equal opportunities, as well as the responsible use and protection of natural resources and reducing our carbon footprint as key objectives in the Sustainable Development Strategy for Northern Ireland. The Authority has included with the contract documents a Social Considerations Schedule, to help achieve the EA's objectives and address the strategic aims, it is required that the successful contractor, as a condition of contract, deliver measurable social value outcomes as set within this Social Considerations Schedule. The Authority cannot give any commitment as to the usage, volume, or value of products required under this Contract. Any levels, or aggregate values of goods, referred to are indicative only and shall not be binding on the Client.

Reference

Domains