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

The City of Bradford Metropolitan District Council (the Council) sought suitably experienced suppliers to participate in a framework arrangement for the supply and delivery of cleaning and hygiene products to the councils Facility Management team and ...

Contract award notice

Supplies

Section I: Contracting authority

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

The City of Bradford Metropolitan District Council
Department of Regeneration & Culture, Facilities Management, Flockton House, Flockton road
For the attention of: Julie Holmes
BD4 7RY Bradford
UNITED KINGDOM
Telephone: +44 1274431413
E-mail:

Internet address(es)

General address of the contracting authority www.bradford.gov.uk

Address of the buyer profile http://www.bradford.gov.uk/procurement

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

Refer to II.1.4 for further details of contracting bodies eligible to access the framework.
Yorkshire & Humber Region
UKE
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
Supply and Delivery of Cleaning and Hygiene Products.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main place of delivery: Main place of delivery The contract will initially be for the Bradford District but will be available to contracting authorities within theYorkshire & Humber region.

NUTS code UKE

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s)
The City of Bradford Metropolitan District Council (the Council) sought suitably experienced suppliers to participate in a framework arrangement for the supply and delivery of cleaning and hygiene products to the councils Facility Management team and other sections of the council located at various locations throughout the Bradford Metropolitan District Area.
The framework consists of the following lots:
- lot 1: cleaning chemicals,
- lot 2: bin liners and refuse sacks,
- lot 3: janitorial cleaning equipment,
- lot 4: paper and disposable products,
- lot 5: washroom products,
- lot 6: disposable protective wear.
The framework is effective from 1.8.2011 and will be for a period of 3 years with the option to extend by a further 1 year period subject to the council still having need for the contract and satisfactory supplier performance. The values given are indicative only, based on the councils own requirements and are for the initial contract period only as the council can not guarantee future levels of requirement.
The Council is acting as the contracting Authority for the purposes of this framework however as part of this framework arrangement any of the local authorities and public bodies acting as a contracting authority in the Yorkshire & Humberside region have the choice of accessing the arrangement.
II.1.5)Common procurement vocabulary (CPV)

39800000, 18424000, 18424300, 19640000, 33760000, 33761000, 33763000, 33770000, 33771000, 35113400, 35113490, 39224000, 39224100, 39224200, 39224300, 39224310, 39224320, 39224330, 39224340, 39224350, 39525100, 39525600, 39525800, 39525810, 39810000, 39811000, 39811100, 39811110, 39811300, 39812000, 39812100, 39812300, 39812400, 39812500, 39813000, 39820000, 39821000, 39822000, 39830000, 39831000, 39831200, 39831210, 39831220, 39831230, 39831240, 39831250, 39831300, 39831400, 39831600, 39831700, 39832000, 39833000, 33711900

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Value: 1 050 000,00 GBP
Excluding VAT

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.2)Award criteria
IV.2.1)Award criteria
Lowest price
IV.2.2)Information about electronic auction
An electronic auction has been used: yes
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
BMDC/18430
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice for contracts in the field of defence and security

Notice number in the OJEU: 2010/S 198-302049 of 8.10.2010

Contract notice

Notice number in the OJEU: 2010/S 208-317746 of 21.10.2010

Section V: Award of contract

Lot title: Supply and Delivery of Cleaning and Hygiene Products.
V.1)Date of contract award decision:
1.8.2011
V.2)Information about offers
Number of offers received: 8
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Bunzl Greenham
Crusader House, 2 Lockwood Way
LS11 5TQ Leeds
UNITED KINGDOM

V.4)Information on value of contract
V.5)Information about subcontracting
Lot title: Supply and Delivery of Cleaning and Hygiene Products.
V.1)Date of contract award decision:
1.8.2011
V.2)Information about offers
Number of offers received: 8
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Trevor Iles limited
Valley Mills, Valley Road
BD1 4RU Bradford
UNITED KINGDOM

V.4)Information on value of contract
V.5)Information about subcontracting
Lot title: Supply and Delivery of Cleaning and Hygiene Products.
V.1)Date of contract award decision:
1.8.2011
V.2)Information about offers
Number of offers received: 8
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Zenith Hygiene Group Plc
A1M Business Centre, Dixons Hill Road, Welham Green
AL9 7JE Hatfield
UNITED KINGDOM

V.4)Information on value of contract
V.5)Information about subcontracting

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
This framework was awarded based on price established through an e-auction following Quality evaluation based on Contract management (15 %) and service Criteria (85 %) with pass threshold of 65 %.
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures
VI.3.2)Lodging of appeals
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
30.9.2011