web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Caerphilly: Supply Of High Visibility, Personal Protective Equipment (PPE), Uniforms, Workwear and Leisurewear

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2021/S 136-363767/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: National Procurement Service (Welsh Government)
Postal address: T’yr Afon, Bedwas Road
Town: Caerphilly
Postal code: CF83 8WT
Country: United Kingdom
Telephone: +44 3007900170
Email: CommercialProcurement.PeopleCorporate@gov.wales
Internet address(es):
Main address:
Address of the buyer profile:

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
Body governed by public law
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Supply Of High Visibility, Personal Protective Equipment (PPE), Uniforms, Workwear and Leisurewear

Reference number: NPS-CS-109-20
II.1.2) Main CPV code: 35113400
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The National Procurement Service on behalf of the Welsh Public Sector wishes to establish a Dynamic Purchasing System (DPS) for the supply of high visibility, Personal Protective Equipment (PPE), Uniforms, Workwear and Leisurewear to the public sector in Wales. This procurement is being conducted by the National Procurement Service (NPS), which is a division of the Welsh Government. As a consequence of the Government of Wales Act 2006, the contracting party will be the Welsh Ministers. Any agreement that is established as a result of this procurement exercise will be managed by NPS.

II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
18410000, 18100000, 18222000, 18110000, 18130000, 18221000, 33199000, 18000000, 18113000, 18224000, 18420000, 18140000, 33735100, 33141420, 18400000, 18141000, 18424000, 18424300, 33141400, 35113000, 18444100, 18143000, 18444000, 18810000, 18831000, 18142000, 18811000, 18832000, 44611200

II.2.3) Place of performance
Nuts code: UKL
II.2.4) Description of the procurement:
The National Procurement Service on behalf of the Welsh Public Sector wishes to establish a Dynamic Purchasing System (DPS) for The supply of high visibility, Personal Protective Equipment (PPE), Uniforms, Workwear and Leisurewear to the public sector in Wales. This procurement is being conducted by the National Procurement Service (NPS), which is a division of the Welsh Government. As a consequence of the Government of Wales Act 2006, the contracting party will be the Welsh Ministers. Any agreement that is established as a result of this procurement exercise will be managed by NPS.
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
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: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:yes
Identification of the project:Supply of high visibility, Personal Protective Equipment (PPE), uniforms, workwear and leisurewear.

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: As set out in the tender documentation.

III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2020/S 243-603130
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2021-08-17 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.7) Conditions for opening tenders
Date: 2021-08-17 Local time: 12:00

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:5 years.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
Over 73 public sector organisation in Wales have committed to the NPS in principle, including all Local Authorities, NHS bodies, Welsh Government, Welsh Government Sponsored Bodies, the Police, Fire and Rescue Services, Higher and Further Education.
In accordance with Regulation 33(5) of the Public Contracts Regulations 2015 (as amended), these procedures for awarding call-off contracts under the framework may be applied only between the contracting authorities clearly identified in the tender documentation.
A copy of this list has been uploaded in the suppliers attachment area of the ITT at the time the notice was published to ensure compliance with the requirements of the Public Contracts Regulations.
The Welsh Ministers (NPS) will not be liable for any bidder costs arising from the non award of the framework.
Note: the authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at
Under the terms of this contract the successful supplier(s) will be required to deliver community benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The community benefits included in this contract are:
Bidders will be required to submit a social value proposal, setting out how they will deliver social value through the framework. the framework supplier(s) will be expected to deliver and report on the subsequent delivery of social value detailed in their proposal, throughout the life of the framework. Further information is available in the ITT.
(WA Ref:110934)
The buyer considers that this contract is suitable for consortia.
Note: the authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at
Under the terms of this contract the successful supplier(s) will be required to deliver community benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The community benefits included in this contract are:
Please see specification document
(WA Ref:110934)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
Official name: High Court
Postal address: Royal Courts of Justice, The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice:2021-07-13