Supply and Delivery of Personal Protective Equipment to Scotland Excel
This Framework is for the supply and delivery of Personal Protective Equipment (PPE) for the period from 1.3.2017 to 28.2.2019 with an option to extend, subject to satisfactory performance and customer satisfaction, up to 28.2.2021.
United Kingdom-Paisley: Protective and safety clothing
2016/S 228-414897
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Renfrewshire House, Cotton Street
Paisley
PA1 1AR
United Kingdom
Contact person: June Baxter
Telephone: +44 3003001200
E-mail: facilities@scotland-excel.org.uk
Fax: +44 1416187423
NUTS code: UKM35
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Supply and Delivery of Personal Protective Equipment (PPE).
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This Framework is for the supply and delivery of Personal Protective Equipment (PPE) for the period from 1.3.2017 to 28.2.2019 with an option to extend, subject to satisfactory performance and customer satisfaction, up to 28.2.2021.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
PPE (Inc. hazard wear, safety wear, work wear, weather wear and footwear)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various locations throughout Scottish Local Authority boundaries.
II.2.4)Description of the procurement:
For the supply and delivery of PPE including, but not limited to hazard wear, safety wear, work wear, weather wear and footwear. Lot 1 has been developed to allow all approved contracting authorities to purchase safety wear and safety equipment in order to protect their users against health or safety risks at work. All approved contracting authorities throughout the Scottish Mainland and Island locations will be permitted to purchase from this lot.
Tenderers should be fully aware of the new [PPE Regulation (EU) 2016/425] and comply with all requirements thereunder and reflect this within their tender return.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Upon completion of the initial 24 month period, the framework may be extended by up to 2 periods of 12 months at the discretion of Scotland Excel.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition (or any competition in relation to any lot) if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
II.2.1)Title:
PPE (Catering / Food Industry)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various locations throughout Scottish Local Authority boundaries.
II.2.4)Description of the procurement:
For the supply and delivery of PPE to the Catering / Food Industries. Lot 2 has been developed to allow all permitted contracting authorities to purchase safety wear and equipment in order to assist in the prevention of potential injuries and to promote hygiene efficiency within the catering/food industries. All approved contracting authorities throughout the Scottish Mainland and Island locations will be permitted to purchase from this lot.
Tenderers should be fully aware of the new [PPE Regulation (EU) 2016/425] and comply with all requirements thereunder and reflect this within their tender return.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Upon completion of the initial 24 month period, the framework may be extended by up to 2 periods of 12 months at the discretion of Scotland Excel.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition (or any competition in relation to any lot) if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
1. Insurance requirements.
2. Other economic or financial requirements.
In accordance with Regulation 59 (12), as this proposed Framework Agreement is divided into Lots, these Economic and Financial Standing selection criteria apply separately in relation to each individual lot.
Minimum level(s) of standards required:
1. Insurance requirements (ESPD (Scotland) Question 4B.5.1):
It is a requirement of the contracts to be procured under the proposed framework agreement that tenderers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employers Liability Insurance = 5 000 000 GBP for each occurrence.
Motor Vehicle Insurance = 5 000 000 GBP in respect of property damage; unlimited in respect of injury.
3rd Party/products Liability = 5 000 000 GBP each occurrence, and in the aggregate in respect of Products.
2. Other economic or financial requirements (ESPD (Scotland) Question 4.B.6)):
A search of the tenderer against Equifax’s Protect must not return ‘Warning’ or ‘Caution’ returnable code or any neutral code, unless the tenderer confirms that it can provide any other document which Scotland Excel considers appropriate to prove to Scotland Excel (acting within its permitted discretion under the applicable public procurement rules) that the tenderer does / would not present an unmanageable risk should it be appointed on to the proposed Framework Agreement.
Equifax’s Protect is a fraud indicator / credit risk search and analysis of 5 areas of threat in relation to a particular company: credit history; disqualification; validation and investigation bureau; connected data; and bureau information.
III.1.3)Technical and professional ability
1. Subcontracting.
2. Quality Management Procedures.
3. Health and Safety Procedures.
4. Environmental Management Systems or Standards.
In accordance with Regulation 59 (12), as this proposed Framework Agreement is divided into Lots, these Technical and Professional Ability selection criteria apply separately in relation to each individual lot.
Minimum level(s) of standards required:
1. Subcontracting (ESPD (Scotland) Question 4C.10).
Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off under the proposed framework agreement.
If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely to satisfy the selection criteria, you must secure that each subcontractor completes a separate ESPD (Scotland) Response for all Parts of the ESPD (Scotland) Qualification Envelope, except Part 4 (Selection criteria).
2. Quality Management Procedures (ESPD (Scotland) Question 4D.1).
The tenderer must have the following:
The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).
or
A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the tenderer has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.
3. Health And Safety Procedures (ESPD (Scotland) Question 4D.1).
The tenderer must have the following:
The tenderer must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
or
A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation.
4. Environmental Management Systems or Standards (ESPD (Scotland) Question 4D.2).
The tenderer must have the following:
The tenderer must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.
or
A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the tenderer’s environmental emergency response procedures, including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example; hazardous substances spill control).
III.2.2)Contract performance conditions:
For full details of conditions relevant to the proposed Framework, and contracts to be called off thereunder (to the extent known or settled at this stage), please see the procurement documents (details of how to access these being set out in section ‘I.3) Communication’ of this Contract Notice).
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.6)Information about electronic auction
The use of an electronic auction may be used by purchasing authorities at time of call off. However at time of publication of this notice, it is envisaged that Health may be the key user of this method of call off as opposed to Councils.
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.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Scotland Excel, Renfrewshire House, Cotton Street, Paisley, PA1 1AR on https://www.publictendersscotland.publictendersscotland.gov.uk
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Scotland Excel, as a central purchasing body, is procuring this framework agreement for the use and benefit of its members namely 32 Local Authorities in Scotland and Associate Members, together with any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working) (Scotland) Act 2014. Scotland Excel Local Authority Members and Associate Members entitled to use this framework agreement are listed at http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Our_members.aspx
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Tenderers are advised that the envisaged maximum number of participants that might be appointed to the proposed framework.
agreement set out in section IV.1.3) of this contract notice is purely indicative. Scotland Excel therefore reserves the right to appoint more or less tenderers than the envisaged maximum number to the proposed Framework Agreement.
Subcontractors on whose capacity the Tenderer does not rely: Scotland Excel will request the following information in the European Single Procurement Document (Scotland):
— whether the Tenderer intends to subcontract any share of the contract to a third party,
— list of the proposed subcontracts as far as it is known at that stage and,
— what proportion / percentage of the contract does the Tenderer intend to subcontract.
Please note that those subcontractors on whose capacity the bidder does not rely will be subject to the rules regarding Exclusion as set out above in section II.2.14).
Contract Management, KPI’s and Community Benefits Requirements.
As per details in the Special Conditions, Suppliers will be required to provide Management Information (MI) & KPIs on a quarterly basis. It is envisaged that Community Benefit Requirement details will be provided by suppliers to Scotland Excel on a 6 monthly basis. Community Benefits offered by tenderers will be included in the technical evaluation of your tender.
MI requires an itemised statement of goods and services provided to each contracting authority who will be permitted to purchase under this proposed Framework Agreement in accordance with a defined categorisation structure set out in the MI template.
In addition, details on the following KPIs must be provided:
* Customer complaints,
* Late Deliveries,
* Number/value of purchase orders,
* Contract versus Non Contract Spend.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 6648. For more information see:http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause in this contract for the following reason:
The contract is for supply and delivery only. Not being a Works contract, a sub-contract clause is not required.
Community benefits are included in this requirement. For more information see:http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
The community benefits that Scotland Excel would expect a supplier to provide include, but are not restricted to:
— Providing employment and training opportunities or Apprenticeships;
— Assisting with the development of SMEs/third sector/social enterprises;
— Delivering educational visits to schools and colleges;
— Providing charity and/or sponsorship;
— Sharing sub-contracting opportunities within the local businesses.
As part of the Technical response, Tenderers will be expected to provide their Community Benefit information within a Method Statement.
(SC Ref: 458599)
VI.4.1)Review body
Scotland
United KingdomInternet address:http://www.scotland-excel.org.uk
VI.4.3)Review procedure
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SS1 2015/446) (as amended) may bring proceedings in the Sheriff Court of Session.
VI.5)Date of dispatch of this notice:
Related Posts
Personal Protective Equipment – Request for Quote
National Army Museum Uniform Procurement Tender
Personal Protective Equipment and Workwear Clothing Tender
Corporate Uniforms and PPE Tender Cheshire