Supply and Delivery of Personal Protective Equipment
The Supply and Delivery of Personal Protective Equipment (PPE), Clothing, Footwear, Corporate Wear and First Aid Equipment.
United Kingdom-Birmingham: Occupational clothing, special workwear and accessories
2013/S 225-391224
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Birmingham City Council
Corporate Procurement Services, PO Box 10680
Contact point(s): Corporate Procurement Services
B4 7WB Birmingham
UNITED KINGDOM
Telephone: +44 1214648000
E-mail: etendering@birmingham.gov.uk
Fax: +44 1213037322
Internet address(es):
General address of the contracting authority: www.finditinbirmingham.com
Address of the buyer profile: www.in-tendhost.co.uk/birminghamcc
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Details provided in section V1.3 Additional Information
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
F0195 – The Supply and Delivery of Personal Protective Equipment (PPE), Clothing, Footwear, Corporate Wear and First Aid Equipment.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
NUTS code UKG
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator
II.1.5)Short description of the contract or purchase(s)
It is Birmingham City Councils intention to establish a framework agreement with a single operator for the provision of personal protective equipment, clothing, footwear, corporate wear and first aid equipment. The Council will be acting as a Central Purchasing Body (CPB) in tendering this requirement for use by other West Midlands Authorities and public bodies (and any of their statutory successors and organisations created as a result of re-organisation.
BCC will be using its e-tendering system (in-tend) for the administration of this procurement process and providers must register with the system to be able to express an interest. The web address is
https://in-tendhost.co.uk/birminghamcc Registration and use of in-tend is free. All correspondence for this procurement process must be via the in-tend correspondence function. If you are unable to register with in-tend please either email us at
cps@birmingham.gov.uk or call +44 1214648000. If you are interested in tendering please click on the following link to access Birmingham City Councils tender Portal:-.
https://in-tendhost.co.uk/birminghamcc/ and submit your details to register as a bidder. We will send you a log on and password so you can download the pre-qualification questionnaire. The deadline for expressions of interest is 12:00 hours on Tuesday, 10.12.2013. Requests to participate must be by way of completion and return of the tender documentation no later than 12:00 (GMT) on Tuesday 17.12.2013 using the Supplier Portal. For more information contact Nel Atkinson, Category Officer, tel. +44 1213030032 or email
nel.atkinson@birmingham.gov.uk
II.1.6)Common procurement vocabulary (CPV)
18100000, 33141110, 18424000, 18810000, 33141623, 18423000, 35113400, 33141118, 33141114, 18440000, 38412000, 18330000, 33141113, 33735000, 33141123, 18200000, 33141112, 33141111, 18830000, 18412000, 33141117, 33711510
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The value of GBP 2,260,000 is the estimated minimum potential value based on known values. The value and participation of the wider public sector cannot be guaranteed.
Estimated value excluding VAT:
Range: between 2 260 000 and 6 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The contracting authority reserves the right to require deposits, guarantees, bonds and/or other forms of appropriate security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
This will be in the tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Legal form to be taken by the group of economic operators to whom the contract is to be awarded.
Joint and several liability. No special legal form is required but in the case of group bidders the authority requires that a prime service provider assumes primary liability for the group and that each organisation in the group accepts joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: When executing the contract in the UK the successful tenderer will be required to comply with the recommendations of the code of practice for the elimination of racial discrimination and the promotion of equality of opportunity in employment published by the commission for racial equality. The successful tenderer will be required to participate actively in the service related economic, social and environmental regeneration of the locality of and surrounding the place of delivery for the procurement. Accordingly, tender evaluation and contract performance conditions may relate in particular to social, economic and environmental considerations.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: This will be in the tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: This will be in the tender documentation.
Minimum level(s) of standards possibly required: This will be in the tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
This will be in the tender documentation.
Minimum level(s) of standards possibly required:
This will be in the tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: yes
Additional information about electronic auction: As set out in the tender documentation.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
F0195
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 10.12.2013 – 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
17.12.2013 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Potential providers should note that in accordance with the UK Governments policies on transparency, the Contracting Authority intends to publish the Invitation to Tender (ITT) document and the text of any Framework Agreement awarded, subject to possible redactions at the discretion of the Contracting Authority. The terms of the proposed framework agreement will also permit another Contracting Authority awarding a contract under this framework agreement to publish the text of that contract, subject to possible redactions at the discretion of the other contracting body. The value provided in section II.2.1 is only an estimate. The Contracting Authority cannot guarantee to potential providers any business through this framework agreement/ This framework agreement will be made available for use by the following other contracting bodies (and any future successors to these organisations) based within the West Midlands boundaries only: Educational Establishments: – Academies; – Colleges; – Free schools; – Independent Schools; – Maintained Schools; – Secondary Schools; – Universities; – Primary Schools; – Special Schools Emergency Services: – Fire and Rescue Services; – Police; – Ambulance Service Other Public Sector Organisations.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:19.11.2013