
Market Leads & Opportunities
United Kingdom-Caerphilly: Protective and safety clothing
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2015/S 240-435205/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
National Procurement Service (Welsh Government)
Ty Afon, Bedwas Road
Caerphilly
Postal code: CF83 8WT
United Kingdom
Contact points(s): Corporate and Business Support Services
For the attention of:
Phone: +44 3007900170
Email: npscorporateservices@wales.gsi.gov.uk
Internet Address(es):
General address of the contracting authority:
Address of the buyer profile:
Electronic access to information:
Electronic submission of tenders and requests to participate:
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:
Body governed by public law
I.3) Main activity: General public services,Public order and saftey,Environment,Economic and financial affairs,Health,Housing and community amenities,Social protection,Recreation culture and religion,Education
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Blaenau Gwent County Borough Council
Bridgend County Borough Council
Caerphilly County Borough Council
Cardiff Council
Carmarthenshire County Council
Ceredigion County Council
City and County of Swansea Council
Conwy County Borough Council
Denbighshire County Council
Flintshire County Council
Gwynedd Council
Isle of Anglesey County Council
Merthyr Tydfil County Borough Council
Monmouthshire County Council
Neath Port Talbot County Borough Council
Newport City Council
Pembrokeshire County Council
Powys County Council
Rhondda Cynon Taf County Borough Council
Torfaen County Borough Council
Vale of Glamorgan Council
Wrexham County Borough Council
Aberystwyth University
Bangor University
Cardiff University
Cardiff Metropolitan University
Glyndwr University
Swansea University
Trinity Saint David University
University of South Wales
University of Wales Registry
Bridgend College
Cardiff and Vale College
Coleg Ceredigion
Coleg Gwent
Coleg Harlech
Coleg Llandrillo Menai
Coleg Morgannwg
Coleg Powys
Coleg Sir Gar
Deeside College
Gower College Swansea
Merthyr Tydfil College
Neath Port Talbot College
Pembrokeshire College
St Davids Catholic College
Yale College Wrexham
Ystrad Mynach College
Dyfed-Powys Police
Gwent Police
North Wales Police
South Wales Police
Mid & West Wales Fire & Rescue Service
North Wales Fire & Rescue Service
South Wales Fire & Rescue Service
National Assembly for Wales
Welsh Government
Arts Council of Wales
Care Council of Wales
HEFCW
National Library for Wales
National Museum of Wales
Natural Resources Wales
Sport Wales
ABM University Health Board
Aneurin Bevan Health Board
Betsi Cadwaladr University Health Board
Cardiff and Vale University Health Board
Cwm Taf Health Board
Hywel Dda University Health Board
Powys Health Board
Velindre NHS Trust
Welsh Ambulance Service Trust
Public Health Wales
NHS Wales Procurement Services
Aelwyd Housing Association
Bro Myrddin Housing Association
Bron Afon Community Housing
Cadwyn Housing Association
Cardiff Community Housing Association
Cartrefi Conwy
Cartrefi Cymunedol Gwynedd
Coastal Housing Group
Community Lives Consortium
CT Cantref
Cynon Taf Community Housing Group
Derwen Cymru
Family Housing Association (Wales)
First Choice Housing Association
Grwp Cynefin
Grwp Gwalia Cyf
Hafan Cymru Carmarthen
Hafod Care Association
Hafod Housing Association
Hendre Group
Linc-Cymru Housing Association
Melin Homes
Merthyr Tydfil Housing Association
Merthyr Valleys Homes
Mid Wales Housing Association
Monmouthshire Housing Association
Newport City Homes
Newydd Housing Association
North Wales Housing Association
NPT Homes
Pembrokeshire Housing
Pennaf Housing Group
RCT Homes
Rhondda Housing Association
Seren Group
Soroptomist Housing Association Carmarthen
Taff Housing Association
Tai Calon Community Housing
Tai Ceredigion Cyf
Tai Cymdogaeth Cyf
United Welsh
Valleys 2 Coast Housing
Wales & West Housing
Welsh Public Sector Organisations named in the ITT
BBC
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
Supply of High Visiblity and Personal Protective Equipment (PPE), Uniforms, Workwear and Leisurewear.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Main site or location of works, place of delivery or of performance: Wales — Cymru.
Nuts code: UKL
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 several operators
maximum number of participants to the framework agreement envisaged: 55
Duration of the framework agreement in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 25 000 000 and 26 000 000 GBP
II.1.5) Short description of the specific contract:
The purpose of this Framework is to establish a collaborative agreement for the supply of High Visibility Personal Protective Equipment (PPE), Uniforms, Work wear and Leisurewear.
This Framework will be made available to use for the Customers of the National Procurement Service (NPS), which currently comprises of 73 Welsh public sector organisations.
In addition, the Framework will also be available to use by the organisations that are clearly referenced within the ITT documentation.
NPS is hosted by the Welsh Government and aims to deliver value for money from the procurement of common and repetitive goods and services by ‘buying once for Wales’.
Note: The authority is using eTenderWales to carry out this procurement process.
II.1.6) Common procurement vocabulary (CPV): 35113400, 18000000, 18100000, 18110000, 18113000, 33199000, 18220000, 18221000, 18222000, 18224000, 18400000, 18410000, 18420000, 18130000, 18140000, 33735100, 33141420, 18141000, 18424000, 18424300, 33141400, 35113000, 18444100, 18143000, 18444000, 18810000, 18831000, 18142000, 18811000, 18832000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.1.8) Lots:
The contract is divided into lots: Yes. Tenders may be submitted for all lots
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:
The estimated expenditure on PPE and Clothing is GBP 6 285 000 per annum across the identified participating Customers.
These figures have been obtained from historical data and provide no guarantee of future expenditure. Detailed breakdown by Authority cannot be provided.
Estimated value excluding VAT:
Range: between 20 000 000 and 30 000 000 GBP
II.2.2) Information about options:
Options:yes
Description of these options:The Agreement will be for a period of three years with an option to extend the agreement for a further period of up to 1 year.
II.2.3) Information about renewals:
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion:
Information about lots
Lot No: 1; Lot title: High Visiblity Personal Protective Equipment (PPE)
1) Short description: Comprises of 5 geographical zones and will be limited to a maximum of 4 suppliers per zone.Zone 1 North Wales.Zone 2 Mid Wales.Zone 3 South Wales.Zone 4 West Wales.Zone 5 All Wales.
2) Common procurement vocabulary (CPV): 35113400
3) Quantity or scope:
General Protective Equipment, High Visibility, eye and face protection, hand protection, accessories and protective footwear.
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Lot No: 2; Lot title: Workwear and Uniforms
1) Short description: Comprises of 5 geographical zones and will be limited to a maximum of 4 suppliers per zone.Zone 1 North Wales.Zone 2 Mid Wales.Zone 3 South Wales.Zone 4 West Wales.Zone 5 All Wales.
2) Common procurement vocabulary (CPV): 35113400
3) Quantity or scope:
General Work wear, tops, shirts, blouses, polo shirts.Standard outerwear, accessories and footwear.
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Lot No: 3; Lot title: Corporate Suiting
1) Short description: This will comprise of an All Wales Zone.The All Wales Lot will have a total of 3 suppliers all with the ability to service the whole of Wales.
2) Common procurement vocabulary (CPV): 35113400
3) Quantity or scope:
Corporate suits and associated items.
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Lot No: 4; Lot title: Technical Outdoorwear
1) Short description: This will comprise of an All Wales Zone.The All Wales zone will have a total of 2 suppliers all with the ability to service the whole of Wales.
2) Common procurement vocabulary (CPV): 35113400
3) Quantity or scope:
Technical outdoor wear, technical accessories and technical footwear.
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Lot No: 5; Lot title: Leisurewear
1) Short description: This will comprise of an All Wales Zone.The All Wales zone will have a total of 2 suppliers all with the ability to service the whole of Wales.
2) Common procurement vocabulary (CPV): 35113400
3) Quantity or scope:
Sportswear, general leisurewear, accessories and footwear.
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Lot No: 6; Lot title: Catering
1) Short description: This will comprise of an All Wales Zone.The All Wales zone will have a total of 2 suppliers all with the ability to service the whole of Wales.
2) Common procurement vocabulary (CPV): 35113400
3) Quantity or scope:
Chefs Clothing, catering clothing, accessories, clogs and footwear.
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Lot No: 7; Lot title: Forestry
1) Short description: This will comprise of an All Wales Zone.The All Wales zone will have a total of 2 suppliers all with the ability to service the whole of Wales.
2) Common procurement vocabulary (CPV): 35113400
3) Quantity or scope:
Specialist forestry clothing, accessories and footwear.
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Lot No: 8; Lot title: Waterwear
1) Short description: This will comprise of an All Wales Zone.The All Wales zone will have a total of 2 suppliers all with the ability to service the whole of Wales.
2) Common procurement vocabulary (CPV): 35113400
3) Quantity or scope:
Specialist marine and water clothing and accessories.
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Lot No: 9; Lot title: Laboratory Coats
1) Short description: This will comprise of an All Wales Zone.The All Wales zone will have a total of 2 suppliers all with the ability to service the whole of Wales.
2) Common procurement vocabulary (CPV): 35113400
3) Quantity or scope:
Laboratory clothing, accessories and footwear.
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Lot No: 10; Lot title: Civil Enforcement Officer Uniforms
1) Short description: This will comprise of an All Wales Zone.The All Wales zone will have a total of 2 suppliers all with the ability to service the whole of Wales.
2) Common procurement vocabulary (CPV): 18100000,18400000,18410000
3) Quantity or scope:
Enforcement officer uniforms, officer uniforms, accessories and footwear.
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
The deposits, guarantees or bonds required by the contracting authority will be set out in the contract documents. The awarding authority reserves the right to request parent company and/or other guarantees of performance and financial liability.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Tender pricing must be in Sterling (GBP). Payments made under the framework agreement awarded will be in Sterling (GBP). A Mandatory Supplier Rebate will be charged to suppliers appointed under the framework agreement in order to cover the costs of establishing and managing the framework agreement. Further information will be made available in the tender documentation.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Authority actively encourages in respect of this framework sub Contracting and Joint Bidding. The Authority encourages consortia bids, especially from SMEs, for the framework. The Authority recognising the potential added value and community benefits that can come from SMEs working together and the positive impact on the economy of Wales.
The attached link provides further information
None specified, save that in the case of a partnership or consortium or other group of more than one legal entity bidding together, the contract will be with either (1) all bidders on the basis of joint and several liability, or (2) with one or more of the parties acting as ‘prime contractor’ (and where more than one, on a joint and several liability basis). Where the contract is with a special purpose company with separate legal personality established for the project, the contracting authority will require sufficient guarantees to be given by participants in that company or their parents.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The Authority and the Customers are required to provide management information returns at regular intervals to a variety of stakeholders, therefore Suppliers will be expected to provide comprehensive detail on a monthly basis (or at time interval identified by Customers). Information should be submitted in the format agreed with the Authority.
The Authority and Supplier(s) shall agree Key Performance Indicators (KPI’s), during the implementation of the framework and any subsequent commitments, for the supply of High Visibility, Personal Protective Equipment (PPE), Uniforms, Work wear and leisurewear. The Supplier(s) shall set up processes to monitor performance against the agreed KPI table in order to report to the Authority. The Supplier(s) shall at all times ensure compliance with the standards set by the KPI.
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: Please refer to the Invitation to Tender.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: Please refer to the Invitation to Tender.
Minimum level(s) of standards possibly required: Please refer to the Invitation to Tender.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Please refer to the Invitation to Tender.
Minimum level(s) of standards possibly required: Please refer to the Invitation to Tender.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
III.3.2) Staff responsible for the execution of the service:
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
IV.2) Award criteria:
IV.2.1) Award criteria:
IV.2.2) Information about electronic auction:
An electronic auction will be used: yes
Additional information about electronic auction: The NPS reserve the right to hold an electronic auction as part of the evaluation process of the tender and subsequent mini competitions.
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
NPS-CS-0044-15
IV.3.2) Previous publication(s) concerning the same contract:
Prior information notice
Notice number in the OJEU:2015/S 118-213239of20.06.2015
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
IV.3.4) Time limit for receipt of tenders or requests to participate:
18.01.2016 – 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:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
IV.3.8) Conditions for opening of tenders:
Date: 18.01.2016 – 12:00
Place: Electronic
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Within 48 months.
VI.3) Additional information
Please ensure that you find and complete the following ITTS on the eTenderWales system:
itt_51394 — Qualification and Technical Questionnaires.
Every bidder MUST complete a Qualification & Technical Questionnaire or your bid may be rejected.
itt_51395 — Lot 1: Personal Protective Equipment.
itt_51396 — Lot 2: Workwear and Uniforms.
itt_51397 — Lot 3: Corporate Suiting.
itt_51398 — Lot 4: Technical Outdoorwear.
itt_51399 — Lot 5: Leisurewear.
itt_51400 — Lot 6: Catering.
itt_51401 — Lot 7: Forestry.
itt_51402 — Lot 8: Waterwear.
itt_51404 — Lot 9: Laboratory Coats.
itt_51405 — Lot 10: Civil Enforcement Uniforms.
Use the ITT code to search for the above Lots. If you are unable to find any of the above Lots whilst using the eTenderWales system, please contact the help-desk on +44 8003684852.
(WA Ref:36670).
VI.4) Procedures for appeal:
VI.5) Date of dispatch of this notice:
07.12.2015
More Opportunties
- United Kingdom-Eastleigh: Netley Gym Refurbishment
14 May 25
The supply and fitting of gym matting. - Heavy duty control & restraint mats on the floor that cover 315sqm. - Fully padded walls of the gymnasium - 71m of wall.> > - United Kingdom-London: Direct award of a Technical Support and Spares Supply Agreement for Class 701 rolling stock
14 May 25
Direct award of a 5 year contract (Technical Support and Spares Supply Agreement) for the provision of training, technical support and supply of spares in relation to the contracting authority's 60 x 10 car units and 30 x 5 car units of Class 701 rolling> > - United Kingdom-London: Direct award of a Lease for Class 444/450 rolling stock
14 May 25
Intention to directly award a contract of between 3 to 5 years in duration (which remains subject to settlement of commercial terms) for the leasing of 45 x 5 car units of Class 444 rolling stock and 127 x 4 car units of Class 450 rolling stock and rela> >