Personal Protective Equipment, Uniforms and Workwear Collaborative Framework – Welsh Government
Supply Of High Visibility, Personal Protective Equipment (PPE), Uniforms, Workwear and Leisurewear.
United Kingdom-Caerphilly: Protective and safety clothing
2017/S 074-141611
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
T’yr Afon, Bedwas Road
Caerphilly
CF83 8WT
United Kingdom
Telephone: +44 3007900170
E-mail: npscorporateservices@wales.gsi.gov.uk
NUTS code: UKL
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA27760
I.2)Joint procurement
I.3)Communication
Caerphilly
CF83 8WT
United Kingdom
E-mail: NPScorporateservices@wales.gsi.gov.uk
NUTS code: UK
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Supply Of High Visibility, Personal Protective Equipment (PPE), Uniforms, Workwear and Leisurewear.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The National Procurement Service on behalf of the Welsh Public Sector wishes to establish a collaborative framework agreement 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.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Workwear & Uniforms
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Workwear & Uniforms.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The duration of the framework will be 3 years with the option to extend for a further 1 year.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Corporate Suiting
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Corporate Suiting.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The duration of the framework will be 3 years with the option to extend for a further 1 year.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Technical Outdoorwear
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Technical Outdoorwear.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The duration of the framework will be 3 years with the option to extend for a further 1 year.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Leisure Wear
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Leisurewear.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The duration of the framework will be 3 years with the option to extend for a further 1 year.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Catering Clothing
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Catering Clothing.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The duration of the framework will be 3 years with the option to extend for a further 1 year.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Forestry Clothing
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Forestry Clothing.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The duration of the framework will be 3 years with the option to extend for a further 1 year.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Waterwear
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Waterwear.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The duration of the framework will be 3 years with the option to extend for a further 1 year.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Laboratory Coats
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Laboratory Clothing.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The duration of the framework will be 3 years with the option to extend for a further 1 year.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Civil Enforcement Uniforms
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Occupational clothing, special workwear and accessories.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The duration of the framework will be 3 years with the option to extend for a further 1 year.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Single Provider
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Single Provider with the ability to provide all the goods and services contained within Lots 1-10.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The duration of the framework will be 3 years with the option to extend for a further 1 year.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Personal Protection Equipment
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Personal Protection Equipment.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The duration of the framework will be 3 years with the option to extend for a further 1 year.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
48 months.
VI.2)Information about electronic workflows
VI.3)Additional information:
Over 73 public sector organisations in Wales have committed to the NPS in principle, including all Local Authorities, NHS Bodies, Welsh Government and Welsh Government Sponsored bodies, the Police and Fire services and Higher and Further Education.
In accordance with Regulation 33(5) of the Public Contracts Regulations 2015, these procedures [i.e. the procedures for awarding call-off contracts under the framework] may be applied only between the contracting authorities clearly identified in the link below and the tender documentation.
http://gov.wales/docs/nps/Named-NPS-customers-OJEU-6th-September-2016.pdf
A copy of this list has been recorded at the time that this notice was published to ensure compliance with the requirements of the Public Contracts Regulations 2015.
The Welsh Ministers (NPS) will not be liable for any bidder costs arising from the non award of this framework.
Note: the authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=64872
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:
As detailed in the Tender Documentation.
(WA Ref:64872)
The buyer considers that this contract is suitable for consortia.
Please ensure that you find and complete the following ITTS on the eTenderWales system:
itt_61470 — Qualification & Technical Questionnaires.
Every bidder MUST complete a Qualification & Technical Questionnaire or your bid may be rejected.
itt_61449 — Lot 1: Personal Protective Equipment.
itt_61471 — Lot 2: Workwear and Uniforms.
itt_61472 — Lot 3: Corporate Suiting.
itt_61473 — Lot 4: Technical Outdoorwear.
itt_61474 — Lot 5: Leisurewear.
itt_61476 — Lot 6: Catering.
itt_61477 — Lot 7: Forestry.
itt_61478 — Lot 8: Waterwear.
itt_61479 — Lot 9: Laboratory Coats.
itt_61480 — Lot 10: Civil Enforcement Uniforms.
itt_61481 — Lot 11: Single Provider.
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 helpdesk on 0800 3684852.
Note: the authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=64872
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:
At award of contract, the successful Supplier(s) will be expected to work with the NPS Category Manager to maximise the community benefits delivered through the contract. Please see tender documents for further information.
(WA Ref:64872)
The buyer considers that this contract is suitable for consortia.
VI.4.1)Review body
T’yr Afon, Bedwas Road
Caerphilly
CF83 8WT
United Kingdom
Telephone: +44 3007900170Internet address:http://npswales.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Academic Gown Hire and Portrait Photography Services
YPO Framework for Supply of Emergency Services Uniforms
Procurement for All Business Solutions Framework
Supply and Delivery of Corporate Clothing to South Lanarkshire Council
Supply of Parade Wear to Ministry of Defence