
Market Leads & Opportunities
United Kingdom-LEICESTER: 187_24 Paper Hygiene Consumables and Dispensers
Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2023/S 000-027343/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid
Contract notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: ESPO
Postal address: Barnsdale Way, Grove Park, Enderby
Town: LEICESTER
Postal code: LE19 1ES
Country: United Kingdom
Contact Person: Catalogue Procurement Team
Email: tenders@espo.org
Internet address(es):
Main address:
The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Other activity: Local Authority Services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: 187_24 Paper Hygiene Consumables and Dispensers
Reference number: 187_24
II.1.2) Main CPV code: 33760000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: A framework for the supply of paper hygiene consumables and dispensers suitable for commercial washroom environments. Products required include toilet paper, hand towels, wiping rolls, facial tissues etc. and associated dispensers.
Also required is a range of paper hygiene consumables and dispensers to be supplied branded with ESPO’s private label “smartbuy” on the outer packaging.
All goods are for delivery to ESPO, Leicester.
To tender:
(a) Go to ; (b) Register (if not already registered on ProContract); (c) Search for tender opportunity ‘187_24’ (via “View Opportunities” from the ‘EastMidsTenders’ Portal); (d) Express an interest; (e) Download the tender documents (from the ProContract Activity summary screen, once an Expression of interest has been completed).
II.1.5) Estimated total value:
Value excluding VAT: 26400000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Lot 1 – Paper Hygiene Consumables and Dispensers (Premium Range 1)
Lot No:1
II.2.2) Additional CPV code(s)
33761000, 33762000, 33763000, 42968300
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
All goods are for delivery to ESPO, Leicester.
II.2.4) Description of the procurement:
Products required are premium branded toilet paper, hand towels, wiping rolls and facial tissues, with their associated dispensers. Products are to be professional standard suitable for use in commercial settings.
All products are required for delivery to the ESPO distribution centre, Leicester.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 14400000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2024-01-01End: 2026-03-31
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: The framework agreement has the option to extend for up to a further 21 months. The total estimated value stated in Section II.1.5 includes the option period.
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.2.1) Title: Lot 2 – Paper Hygiene Consumables and Dispensers (Premium Range 2)
Lot No:2
II.2.2) Additional CPV code(s)
33761000, 33762000, 33763000, 42968300
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
All goods are for delivery to ESPO, Leicester.
II.2.4) Description of the procurement:
Products required are premium branded toilet paper, hand towels, wiping rolls and facial tissues, with their associated dispensers. Products are to be professional standard suitable for use in commercial settings.
All products are required for delivery to the ESPO distribution centre, Leicester.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 2400000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2024-01-01End: 2026-03-31
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: The framework agreement has the option to extend for up to a further 21 months. The total estimated value stated in Section II.1.5 includes the option period.
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.2.1) Title: Lot 3 – Paper Hygiene Consumables and Dispensers (ESPO private label “smartbuy”)
Lot No:3
II.2.2) Additional CPV code(s)
33761000, 33762000, 33763000, 42968300
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
All goods are for delivery to ESPO, Leicester.
II.2.4) Description of the procurement:
Products required are toilet paper, hand towels, wiping rolls and facial tissues, with their associated dispensers. All products are to have ESPO’s private label “smartbuy” branding adhered to the outer packaging.
All products are required for delivery to the ESPO distribution centre, Leicester.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 9600000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2024-01-01End: 2026-03-31
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: The framework agreement has the option to extend for up to a further 21 months. The total estimated value stated in Section II.1.5 includes the option period.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2.2) Contract performance conditions: The minimum financial requirement for the purposes of the current tender exercise is stated in the procurement documents.
This framework will operate on-going contract monitoring procedures following award, to ensure financial stability requirements are maintained.
Credit rating checks will be carried out on a regular basis, using a credit rating agency.
Any changes will be assessed (compared with a baseline credit rating score obtained at contract award stage) and significant changes or sustained degradation will be investigated.
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
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.2.2) Time limit for receipt of tenders or requests to participate
Date: 2023-10-16 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2023-10-16 Local time: 12:01
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:
As a Central Purchasing Body as defined in the Public Contracts Regulations 2015, the Framework Agreement is open for use by Public Bodies (defined at ) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at:
VI.4) Procedures for review
VI.4.1) Review body
Official name: The Royal Court of Justice
Postal address: The Strand
Town: LONDON
Postal code: WC2A 2LL
Country: United Kingdom
Internet address:
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
ESPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2105 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.5) Date of dispatch of this notice:2023-09-15
More Opportunties
- Engage with Suppliers in the Materials Handling Market
23 Jun 25
The Awarding Authority is seeking to engage with suppliers in the materials handling market, as part of pre-tender engagement exercise to gain information to inform an upcoming procurement for the provision of Waste Handling Plant Equipment. The Council o> > - Award of Provision of Student Placement Software (GCU)
23 Jun 25
Glasgow Caledonian University has identified a requirement for the renewal of student placement software. This software will assist in allocating, administering and managing School of Health and Life Sciences students in work placements.> > - YTHFM – Low bed Replacment
23 Jun 25
Further competition via Health Trust Europe Beds, Mattresses, Patient Moving Supplies and Services Framework SF053302 - Lot 1 - Medical Beds This is a ten year contract. Value is based on the initial requirement> >