英國採購案 - United Kingdom-Warrington: Cleaning products
- 標題:United Kingdom-Warrington: Cleaning products
- 採購機關名稱:Procurement for Housing
- 國別:英國
- 類別:化學原料及製品
- 採購產品說明:Janitorial, Workwear and Personal Protective Equipment
- 標案號碼:2017/S 226-470311
- 資金來源:Procurement for Housing
- 合約型式:Supply Contract
- 截標日期:02/01/2018 12:00
- 開標日期:02/01/2018 12:00
- 標案金額:Value excluding VAT: 15 000 000.00 GBP
- 連結網站:http://ted.europa.eu/udl?uri=TED:NOTICE:470311-2017:TEXT:EN:HTML&src=0
- 聯絡人資料:
Procurement for Housing
2 Olympic Way, Woolston Grange Avenue, Birchwood
Warrington
WA2 0YL
United Kingdom
Telephone: +44 8458645100
E-mail: abates@pfh.co.uk
Fax: +44 8458645115
http://www.procurementforhousing.co.uk
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA26067
- 請附上採購詳細內容:
United Kingdom-Warrington: Cleaning products
2017/S 226-470311
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Procurement for Housing
2 Olympic Way, Woolston Grange Avenue, Birchwood
Warrington
WA2 0YL
United Kingdom
Telephone: +44 8458645100
E-mail: abates@pfh.co.uk
Fax: +44 8458645115
NUTS code: UK
Internet address(es):
Main address: http://www.procurementforhousing.co.uk
Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA26067
I.2)Joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.mytenders.org
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: www.mytenders.org
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Janitorial, Workwear and PPE.
Reference number: AB/JWWPPE/2017
II.1.2)Main CPV code
39830000
II.1.3)Type of contract
Supplies
II.1.4)Short description:
Procurement for Housing (PfH) is a purchasing consortium dedicated to Social Housing providers (termed as Members) across the UK. The contract will be open to current and any future Members. PfH requires a supplier(s) to provide Janitorial Supplies, Workwear and Personal Protective Equipment.
The Framework will be split into 2 lots:
Lot 1 — Janitorial Supplies,
Lot 2 — Workwear and Personal Protective Equipment.
II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Janitorial Products
Lot No: 1
II.2.2)Additional CPV code(s)
39224300
39525800
39830000
39800000
33770000
33771000
98341130
II.2.3)Place of performance
NUTS code: UK
NUTS code: UKM
NUTS code: IE
II.2.4)Description of the procurement:
The following minimum requirements of this Lot include but are not limited to:
— National geographical coverage to supply Janitorial products to a potential 900 PfH Members (including those with multiple sites) in England, Wales, Scotland, and Northern Ireland;
— a core list of Janitorial items including; cloths/dusters, waste bins, waste/laundry sacks, brushes, mops, buckets, cleaning chemicals, paper products, cleaning wipes, air fresh chemicals, polish/hard surface cleaner, gloves and aprons and other additional items including safety signs, vacuum cleaners, consumables and spare parts for any equipment, first aid kits, spill kits and bio hazard kits;
— suppliers must be able to provide, but not limited to a number of seasonal items such as sun care lotion, snow shovels / scoop, bin grit / salt, de-Icer for car window screens;
— being capable and willing to fully facilitate a Janitorial products only contract (if applying for and is successfully awarded to Lot 1, or Lot 1 and 2) as may be required by a PfH Member;
— be able to provide Safety Data Sheets (SDS) as required by the REACH Regulation for the supply of hazardous chemicals.
Contract periods may vary from an expected minimum 12 months to an expected maximum of 4 years. However, PfH members will be free to select the most appropriate contract period for their needs which may vary from these expected periods.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
II.2.6)Estimated value
Value excluding VAT: 15 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Workwear and Personal Protective Equipment
Lot No: 2
II.2.2)Additional CPV code(s)
18100000
18130000
18140000
33735100
35113400
35113450
18143000
18444000
18830000
18831000
II.2.3)Place of performance
NUTS code: UK
NUTS code: UKM
NUTS code: IE
II.2.4)Description of the procurement:
This following minimum requirements of this Lot include but are not limited to:
— National geographical coverage to supply Workwear and PPE to a potential 900 PfH Members (including those with multiple sites) in England, Wales, Scotland, and Northern Ireland, with the option for delivery of products if elected for by PfH member;
— a core list of Work wear and Personal Protective Equipment including; male, female and unisex clothing, formal workwear i.e. suits, t-shirts, polo shirts, sweatshirts, fleeces, trousers, tabard, weather wear, high-visibility clothing, coverall, footwear including safety shoes/boots, gloves, head, knee, face and eye safety products, respiratory and hearing protection;
— being capable and willing to fully facilitate a Workwear and PPE only contract (if applying for and is successfully awarded to Lot 2, or Lot 1 and 2) as may be required by a PfH Member;
— providing CE marked PPE and complies with the Personal Protective Equipment Regulations 2002 for the provision of applicable products and services under the remit of Lot 2 — Workwear and PPE.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
II.2.6)Estimated value
Value excluding VAT: 7 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.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: 10
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 02/01/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Date: 02/01/2018
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=204199
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.myTenders.org/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:204199).
VI.4)Procedures for review
VI.4.1)Review body
Procurement for Housing
2 Olympic Way, Woolston Grange Avenue, Birchwood
Warrington
WA2 0YL
United Kingdom
Telephone: +44 8458645100
Fax: +44 8458645115
Internet address:http://www.procurementforhousing.co.uk
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
22/11/2017