web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Leicester: 144_19 Personal Protective Equipment (PPE) and Clothing

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2019/S 111-271394/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

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: Place and Environment Procurement Team
Telephone: +44 1162657934
Email: tenders@espo.org
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
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: 144_19 Personal Protective Equipment (PPE) and Clothing

Reference number: 144_19
II.1.2) Main CPV code: 35113400
II.1.3) Type of contract: Supplies
II.1.4) Short Description: An ESPO national Framework for the supply of personal protective equipment and various clothing (including but not limited to wear for corporate, health and social care, school, leisure, catering and emergency services). The Framework Agreement will be open for use by those users deemed permissible and will operate on the basis of direct award and further competition. To tender:
(a) go to www.eastmidstenders.org
(b) register;
(c) search for tender opportunity ‘144_19’;
(d) express an interest;
(e) download the tender from the website.
II.1.5) Estimated total value:
Value excluding VAT: 12000000 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: PPE (Personal Protective Equipment) and Clothing

Lot No:1
II.2.2) Additional CPV code(s)
18113000, 18114000, 18140000, 18142000, 18143000, 18221000, 18444000, 18444100, 18811000, 18812000, 18813000, 18815400, 18830000, 18831000, 33141420, 33735100, 35113400, 35113430, 35113450

II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Sub-lot 1.1 High Visibility Clothing.
Sub-lot 1.2 Coveralls.
Sub-lot 1.3 Head and Face Protection.
Sub-lot 1.4 Eye Protection.
Sub-lot 1.5 Children’s Eye Protection.
Sub-lot 1.6 Ear Protection.
Sub-lot 1.7 Respiratory Protection.
Sub-lot 1.8 Aprons/Tabards.
Sub-lot 1.9 Protective Footwear.
Sub-lot 1.10 Hand Protection.
The following information is applicable to all lots: ESPO has established a commercial trading company, ESPO Trading Ltd, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful supplier may be asked to enter into an additional separate Framework Agreement (the second framework) with ESPO Trading Ltd on materially similar terms to that found in the tender pack to be entered into by ESPO itself. Any second Framework Agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Ltd may enter into the second Framework Agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders’ information only.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 1714286 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2019-09-07End: 2021-09-06
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 24 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.2.14) Additional information: The following information is applicable to all lots: an eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.

II.2.1) Title: Corporate Workwear

Lot No:2
II.2.2) Additional CPV code(s)
18140000, 18222000, 18223000, 18232000, 18233000, 18234000, 18235200, 18235300, 18330000, 18423000, 18800000

II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Sub-Lot 2.1 Clothing and Footwear.
Sub-Lot 2.2 Slim Fit Clothing.
Tenders are invited for a national Framework Agreement allowing for the supply of a comprehensive range of PPE and Clothing.
The scope of the framework encompasses 8 different lot categories which are procured via direct award or further competition.
This particular lot is for corporate workwear which includes but is not limited to: t-shirts, polo shirts, sweatshirts, shirts, trousers, blazers, leggings, fleeces, ties, caps, hats, jackets and safety and non-safety footwear.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 1714286 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2019-09-07End: 2021-09-06
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 24 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: Health and Social Care Workwear

Lot No:3
II.2.2) Additional CPV code(s)
18110000, 18231000, 18234000, 18318300, 18332000

II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Tenders are invited for a national Framework Agreement allowing for the supply of a comprehensive range of PPE and clothing.
The scope of the framework encompasses 8 different lot categories which are procured via direct award or further competition.
This particular lot is for health and social care workwear which includes but is not limited to, full length dresses, maternity dresses, tunics, maternity tunics, shirts, trousers, scrub tops and trousers and patient pyjama tops and trousers.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 1714286 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2019-09-07End: 2021-09-06
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 24 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: Schoolwear

Lot No:4
II.2.2) Additional CPV code(s)
18223000, 18232000, 18233000, 18234000, 18235200, 18235300, 18330000, 18423000, 18800000

II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Sub-Lot 4.1 Clothing and Footwear.
Sub-Lot 4.2 Children’s Aprons/Smocks/Tabards.
Sub-Lot 4.3 Junior Apron.
Tenders are invited for a national Framework Agreement allowing for the supply of a comprehensive range of PPE and Clothing.
The scope of the framework encompasses 8 different lot categories which are procured via direct award or further competition.
This particular lot is for schoolwear which includes but is not limited to: t-shirts, polo shirts, sweatshirts, cardigans, fleeces, body warmer, blouses, blazers, shirts, ties, skirts, trousers, shorts, hoodies, laboratory coats, aprons and non-safety shoes.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 1714286 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2019-09-07End: 2020-09-06
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 24 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: Leisurewear

Lot No:5
II.2.2) Additional CPV code(s)
18221000, 18233000, 18234000, 18317000, 18331000, 18333000, 18412000, 18820000

II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Sub-Lot 5.1 Budget Branded Clothing.
Sub-lot 5.2 Footwear.
Sub-Lot 5.3 Premium Branded Clothing.
Sub-Lot 5.4 Sports Bibs.
Tenders are invited for a national Framework Agreement allowing for the supply of a comprehensive range of PPE and Clothing.
The scope of the framework encompasses 8 different lot categories which are procured via direct award or further competition.
This particular lot is for leisurewear which includes but is not limited to, t-shirts, polo shirts, jogging bottoms, tracksuits, shorts, jackets, fleeces, trainers and sports bibs.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 1714286 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2019-09-07End: 2021-09-06
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 24 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: Catering Wear

Lot No:6
II.2.2) Additional CPV code(s)
18110000, 18140000, 18141000, 18223200, 18234000, 18441000, 18443340

II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Sub-Lot 6.1 Chefs Headwear and Masks.
Sub-Lot 6.2 Disposable Clothing.
Sub-Lot 6.3 Clothing.
Sub-Lot 6.4 Gloves.
Tenders are invited for a national Framework Agreement allowing for the supply of a comprehensive range of PPE and Clothing.
The scope of the framework encompasses 8 different lot categories which are procured via direct award or further competition.
This particular lot is for catering wear which includes but is not limited to: mesh hats, hair nets, food processing aprons, tabards, disposable clothing, gloves and chef’s jackets and trousers.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 1714286 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2019-09-07End: 2021-09-06
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 24 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: Emergency Services Workwear

Lot No:7
II.2.2) Additional CPV code(s)
18100000, 18110000, 18114000, 18130000, 18140000, 18223200, 18232000, 18233000, 18234000, 18330000, 18331000, 18332000, 18423000, 18425000, 18444110, 18800000, 35113400, 35113430, 35113470, 35811100, 35811200, 35813000, 35815100

II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Sub-Lot 7.1 Station wear and Footwear.
Sub-Lot 7.2 Firefighters Protective Clothing and Footwear.
Sub-Lot 7.3 Police Wear and Footwear.
Sub-Lot 7.4 Police High Visibility Clothing.
Sub-Lot 7.5 Police Protective Clothing.
Sub-Lot 7.6 Protective Armour.
Sub-Lot 7.7 Life Saving Equipment.
Tenders are invited for a national Framework Agreement allowing for the supply of a comprehensive range of PPE and Clothing.
The scope of the framework encompasses 8 different lot categories which are procured via direct award or further competition.
This particular lot is for fire and rescue service workwear which includes but is not limited to: shirts, t-shirts, polo shirts, tunics, trousers, skirts, jackets, fleeces, joggers, shorts, coveralls, helmets, trainers and safety shoes.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 1714286 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2019-09-07End: 2021-09-06
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 24 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: This contract 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 the credit rating agency, Creditsafe Business Solutions Ltd.
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

In the case of framework agreements,provide justification for any duration exceeding 4 years:
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2019/S 057-130945
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2019-07-08 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: 2019-07-08 Local time: 12:00

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 by the EU Procurement Directive 2014/24/EU, 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 and 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: Royal Court of Justice
Postal address: Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
ESPO will incorporate a minimum 10 calendar days 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:2019-06-07