Personal Protective Equipment and Workwear Clothing Tender
Framework agreement for the provision of Personnel Protective Equipment and work-wear Clothing for Thames Water employees and associated partners.
United Kingdom-Reading: Corporate clothing
2016/S 213-388463
Contract notice – utilities
Supplies
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
Procurement Support Centre — 3rd Floor East, C/O Mail Room, Rose Kiln Court
Reading
RG2 0BY
United Kingdom
E-mail: procurement.support.centre@thameswater.co.uk
NUTS code: UKJ11
I.3)Communication
I.6)Main activity
Section II: Object
II.1.1)Title:
Personnel Protective Equipment (PPE) and Work-wear.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Framework agreement for the provision of Personnel Protective Equipment (PPE) and Workwear Clothing for Thames Water employees and associated partners. This framework agreement is for the supply and distribution of PPE and work-wear to anywhere within the Thames Water operating area.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Whole of Thames Water region.
II.2.4)Description of the procurement:
The scope of this proposed framework agreement is for the provision of Personnel Protective Equipment (PPE) and work-wear clothing for Thames Water employees and associated partners.
The service under this framework agreement would be looking for the supplier to supply and distribute PPE and work-wear clothing to several distribution points. We will require distribution to individual sites across the Thames Water and associated partner regions and or direct to individuals addresses.
Please note that Thames logos are required to be applied to all main items before delivery. Detailed volume information will be provided at tender stage. Specifications required by Thames Water Utilities Ltd will be issued in the official tender documentation. Variants will be accepted in addition to a compliant bid at ITN stage.
If required, we may ask for a Parent Company Guarantee or Ultimate Parent Guarantee, however the costs will be borne by the bidder.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Any agreement awarded would be for an initial duration of 3 years with option to extend annually up to a maximum of 7 years.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
Any agreement awarded would be for an initial duration of 3 years with option to extend annually up to a maximum of 7 years.
II.2.12)Information about electronic catalogues
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
III.1.4)Objective rules and criteria for participation
As detailed in the PQQ Documentation.
III.1.6)Deposits and guarantees required:
Bonds and/or parent company guarantees of performance and financial standing may be required.
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Specified in the Invitation to Negotiate.
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Consortia may be required to form a legal entity prior to award.
III.2.2)Contract performance conditions:
Specified in the Invitation to Negotiate.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.8)Information about the Government Procurement Agreement (GPA)
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
Section VI: Complementary information
VI.1)Information about recurrence
Between 2 – 7 years.
VI.2)Information about electronic workflows
VI.3)Additional information:
All suppliers who wish to respond to this notice must request a pre-qualification questionnaire (PQQ) by using the link in Section I.3) of this notice, i.e.www.thameswater.co.uk/19385htm
VI.4.1)Review body
Reading
United Kingdom
VI.4.3)Review procedure
Thames Water Utilities Limited will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
The Utilities Contracts Regulations 2016 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.5)Date of dispatch of this notice:
Related Posts
Corporate Uniforms and PPE Tender Cheshire
Staff Uniforms and Personal Protective Equipment Tender
Supply of Occupational Footwear to Defence Clothing
Supply of Waterproof Socks to MOD
National Public Sector Workplace Supplies and Services Framework