Cleaning Materials Framework West Sussex
Procurement for the purchase of Cleaning Materials for multiple councils.
United Kingdom-Chichester: Cleaning products
2015/S 085-151758
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
West Sussex County Council
County Hall, West Street
For the attention of: Daniel Jackson
PO19 1RG Chichester
UNITED KINGDOM
Telephone: +44 3302226955
E-mail: daniel.jackson@westsussex.gov.uk
Internet address(es):
General address of the contracting authority: http://www.westsussex.gov.uk/default.aspx
Address of the buyer profile: https://in-tendhost.co.uk/sesharedservices/aspx/Home
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
West Sussex County Council, Brighton and Hove City Council, Eastbourne Borough Council, East Sussex County Council, East Sussex Fire & Rescue Service, Sussex Police, Wealden District Council, Surrey Parish and District Councils, Surrey Schools, Surrey Commercial Services Cleaning, Surrey Commercial Services Catering, Surrey County Council, Runnymede Borough Council, Surrey Police, Guildford BC, Reigate & Banstead Borough Council, West Sussex Parish Councils, For all sites please see additional information
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Purchase
NUTS code UKJ4,UKK2,UKJ1,UKJ3,UKF2,UKJ2
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 12 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
39830000, 39224300
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 12 000 000 GBP
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As per procurement documents.
III.2.3)Technical capacity
As per procurement documents.
Minimum level(s) of standards possibly required:
As per procurement documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.2)Information about European Union funds
VI.3)Additional information
Suppliers will be expected to deliver services that demonstrate a Best Value approach as defined by the government.
The framework term will be for a period of 2 years and may be extended depending on the ongoing need, budget availability and contract performance up to a period of 2 additional 1 year periods to a maximum contract period of 4 Years.
West Sussex County Council is a Public Authority within the meaning of the Freedom of Information Act 2000 and all correspondence received will be dealt with in accordance with the Act.
Other permitted Public Bodies as detailed in this notice may join this framework at a later date, during the lifetime of the framework and any subsequent extensions.
The value range declared is due to no information being available on the potential spend of the other permitted bodies that are eligible to access this contract as detailed above.
The maximum value detailed within this notice will not be exceeded during the life of the framework agreement.
This will be a single provider framework as set out in the procurement documentation
Additional information within section 1.2 of this notice:
The full list of potential organisations that may use this framework are: West Sussex County Council, Brighton and Hove City Council, Eastbourne Borough Council, East Sussex County Council, East Sussex Fire & Rescue Service, Sussex Police, Wealden District Council, Surrey Parish and District Councils, Surrey Schools, Surrey Commercial Services Cleaning, Surrey Commercial Services Catering, Surrey County Council, Runnymede Borough Council, Surrey Police, Guildford BC, Reigate & Banstead Borough Council, West Sussex Parish Councils, All educational establishments within the named authorities, The members of the Central Buying Consortium (CBC) – Beford Borough Council, Buckinghamshire County Council, Central Befordshire Council, Coventry City Council, Dorset County Council, Essex County Council, Hampshire County Council, Hertfordshire County Council, Kent County Council, Luton Borough Council, Milton Keynes Borough Council, Northampton Borough Council, Northamptonshire County Council, Oxfordshire County Council, Portsmouth City Council, Southampton City Council, Suffolk County Council, West Sussex County Council.
The members of the South East Regional Improvement and Efficiency Partnership (IESE) – Adur District Council, Arun District Council, Ashford Borough Council, Aylesbury Vale District Council, Basingstoke and Deane Borough Council, Bracknell Forest Borough Council, Brighton and Hove City Council, Buckinghamshire County Council, Buckinghamshire Fire and Rescue Service, Canterbury City Council, Cherwell District Council, Chichester District Council, Chiltern District Council, Crawley Borough Council, Dartford Borough Council, Dover District Council, East Hampshire District Council, Eastbourne Borough Council, Eastleigh Borough Council, East Sussex County Council, East Sussex Fire and Rescue Service, Elmbridge Borough Council, Epsom and Ewell Borough Council, Fareham Borough Council, Gosport Borough Council, Gravesham Borough Council, Hampshire County Council, Hampshire Fire and Rescue Service, Hart District Council, Hastings Borough Council, Havant Borough Council, Horsham District Council, Isle of Wight Council, Kent Fire and Rescue Service, Kent Police, Lewes District Council, Maidstone Borough Council, Medway Council, Mid Sussex District Council, Milton Keynes Council, Mole Valley District Council, New Forest District Council, Oxford City Council, Oxfordshire County Council, Portsmouth City Council, Reading Borough Council, Reigate and Banstead Borough Council, Rother District Council, Royal Berkshire Fire and Rescue Service, Royal Borough of Windsor and Maidenhead, Runnymede Borough Council, Rushmoor Borough Council, Sevenoaks District Council, Shepway District Council, Slough Borough Council, South Bucks District Council, South Oxfordshire District Council, Southampton City Council, Spelthorne Borough Council, Surrey County Council, Surrey Heath Borough Council, Swale Borough Council, Tandridge District Council, Test Valley Borough Council, Thanet District Council, Tonbridge and Malling Borough Council, Tunbridge Wells Borough Council, Vale of White Horse District Council, Waverley Borough Council, Wealden Borough Council, West Berkshire Council, West Oxfordshire District Council, West Sussex County Council, Winchester City Council, Woking Borough Council, Wokingham Borough Council, Worthing Borough Council, Wycombe District Council.
VI.5)Date of dispatch of this notice: