By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

The Supply of Cleaning Chemicals Janitorial Hardware Janitorial Paper & Associated Services.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Sandwell MBC
Procurement Services Sandwell Council House
For the attention of: Lisa Poole
B69 3DB Oldbury
UNITED KINGDOM
Telephone: +44 1215693815
E-mail:

Internet address(es):

General address of the contracting authority: www.sandwell.gov.uk

Address of the buyer profile: www.sandwell.gov.uk

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
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Wolverhampton City Council
Civic Centre St Peters Square
WV1 1SH Wolverhampton
UNITED KINGDOM

Dudley Metropolitan Borough council
Council House Priory Road
DY1 1HF Dudley
UNITED KINGDOM

West Midlands Fire Service
99 Vauxhall Road
B7 4HW Birmingham
UNITED KINGDOM

Sandwell Homes Limited
Dartmouth House Sandwell Road
B70 8TQ West Bromwich
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
The Supply of Cleaning Chemicals Janitorial Hardware Janitorial Paper & Associated Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKG

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
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: 4 422 000 GBP
II.1.5)Short description of the contract or purchase(s)
The Black Country Purchasing Consortium BCPC is a partnership in Procurement formed between the Borough Councils of Dudley Sandwell Walsall and the City Council of Wolverhampton. One of its primary objectives is to establish collaborative framework agreements for the supply of Goods and Services that are commonly purchased across all four Councils. In addition Sandwell Homes and West Midlands Fire Service have also expressed an in interest in procuring under this Framework Agreement during its term.
Cleaning chemicals cleaning hardware and janitorial paper is identified as a commodity suitable for collaborative procurement for the BCPC and as a result Sandwell MBC seeks to invite interested parties Applicants to participate in a prequalification PQQ exercise to establish a shortlist of potential suitable suppliers for the reliable supply of a comprehensive restricted range of commercial cleaning chemicals cleaning hardware janitorial paper and associated Services the application.
II.1.6)Common procurement vocabulary (CPV)

39830000, 39224300, 39525800, 39800000, 39831240, 39224310, 39224320, 39224330, 39224350, 39831000, 39832000, 39833000, 39831200, 39831300, 39831400, 39831600, 39832100, 33760000, 33761000, 33763000, 33772000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 4 422 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
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.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The Council shall treat as ineligible and shall not shortlist an Applicant if the Council has actual knowledge that the Applicant or its directors or any other person who has powers of representation decision or control of the Applicant has been convicted of any of the offences detailed within Regulation 23 of The Public Contracts Regulations 2006 which implements Article 45 1 of the 2004 EU Public Sector Procurement Directive.
The successful Applicant is required to demonstrate that it is of reliable standing having no directors whom have been involved in an organisation that has been liquidated or gone into receivership have no outstanding claims or litigation against the organisation had no contractual damages financial penalties levied against it as a result of failure to perform in accordance with Contract Framework Agreement conditions in the last 5 years had no Contract Framework Agreement terminated within the last 5 years or withdrawn from a Contract Framework Agreement prematurely within the last 5 years.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Applicants shall prove to the Council that they are of sufficient stature and have sufficient financial standing to perform the requirements of the Framework Agreement and all CallOff Contracts construed under it.
The Council will obtain an independent financial report for all private limited or public limited companies that have registered trading accounts with Companies House from ICC Information Ltd a business information service provider who undertake assessments of trading accounts that were registered at Companies House.
The Council where appropriate and if necessary in the event of an Applicant expressing its intention to rely upon the capacities of other entities or members in the group of companies may obtain an independent financial report on such entity or member to determine their ability to provide the necessary resources for performance of Contracts construed under the Framework Agreement. The Council reserves the right to be provided with an undertaking from the entity or member being relied upon.
The Council shall consider such information as it considers appropriate to determine the economic and financial standing of an Applicant as set out in the Public Contract Regulations 2006.
The ICC business report provides a procurement limit value and risk indicator relating to the solvency of the Applicant.
The procurement limit provides information relating to a companys financial strength which is determined by its tangible net worth taken from the latest financial accounts. It provides an indication of the strength of the organisation to cope with adverse trading periods. Tangible net worth is defined as shareholder funds less any intangible assets.
The risk indicator assesses the probability of an organisations failure and is marked on a grading system of 1 to 100 where 1 represents organisations that have the highest probability of failure and 100 the lowest.
Minimum levels of insurance cover are required.
Minimum level(s) of standards possibly required: The required procurement credit limit for this Framework Agreement has been set at 325000.
The required risk indicator for this Framework Agreement has been set at a minimum of 60.
The levels of insurance cover required for the Framework Agreement are as follows Public / Products Liability Cover 5 Million per claim.
Employers Liability Cover 5 Million per claim.
Professional Indemnity Cover 1 Million per claim.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
The successful Applicant is required to have experience of undertaking similar supply provision for 3 Contracts Framework Agreements within the last 3 years relative to the size scope and nature of the subject matter of the Framework Agreement.
Minimum level(s) of standards possibly required:
The successful Applicant is required to have experience of undertaking similar supply provision for 3 Contracts Framework Agreements within the last 3 years relative to the size scope and nature of the subject matter of the Framework Agreement.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5
Objective criteria for choosing the limited number of candidates: PQQ Applicants which meet the defined minimum selection criteria and whom achieve the minimum benchmark score of 70 from the scored selection criteria will be invited to Tender.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
Lowest price
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
BCPC16
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 5.12.2012 - 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
12.12.2012 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
This tender exercise is being executed electronically in conjunction with a company called eThree via their externally hosted web server.

If you are interested in participating in this tender exercise you will need to register on eThrees website at the following address: http://e-three.force.com/supplierzone

Then follow the registration procedure. There are self help registration guides and videos to assist you. Should you have any problems at this stage eThree provide both email and telephone support. Links and numbers are listed on the registration page.

Following registration please confirm by email to in order for your company to be invited to participate.

If you have any technical queries relating to the electronic tendering process please contact the eSourcing Team at the following email address or contact them directly:

Andy Jukes.
Tel: +44 1215693635.
Sam Tuner.
Tel: +44 1215693619.
Anita Patel.
Tel: +44 1215693809.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
12.11.2012