Tender to Supply Officers Uniform and Footwear to Ministry of Justice
Trousers; cargo pants; shirts/blouses (long and short sleeve); polos; jackets; footwear.
United Kingdom-Leeds: Occupational clothing, special workwear and accessories
2019/S 057-131170
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
5 Wellington Place
Leeds
LS1 4AP
United Kingdom
Contact person: Kevin McGilvray
E-mail: Kevin.McGilvray@justice.gov.uk
NUTS code: UK
Internet address(es):Main address: https://www.gov.uk/government/organisations/ministry-of-justice/about
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
The Provision of a Managed Service to Supply Officers Uniform, Footwear and Accessories
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
We are conducting a procurement with a view to awarding a single contract to a supplier. The main purpose of the procurement is to deliver a solution which provides uniform clothing, footwear and accessories to the Contracting Authority’s primary customer, Her Majesty’s Prison and Probation Service (HMPPS) and potentially private prisons in the United Kingdom. The contract may be used by other agencies of the Ministry of Justice and other public bodies, including Central Government Bodies; Devolved Administrations; Public Sector Bodies; Third Sector/Charitable Bodies; Private Prisons who all may have variations in requirements. The service covers all public sector prisons and is optional for use by the privately managed prisons.
The value of the contract is estimated to be between 23 000 000 GBP to 35 000 000 GBP.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
HMPPS: England and Wales and potentially private prisons.
HM Courts and Tribual Service: England and Wales.
Scottish Prison Service; Jersey Prison.
II.2.4)Description of the procurement:
The goods range include, but not limited to, the following high volume items: trousers; cargo pants; shirts/blouses (long and short sleeve); polos; jackets; footwear. Additionally there is a requirement for supply chain management; demand management and forecasting; warehousing/fleet and logistics.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Subject to extension by 2 years, in 12 month increments.
II.2.9)Information about the limits on the number of candidates to be invited
As permitted under Regulation 65.3 of the Public Contract Regulations 2015.
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
Potential suppliers should access the Supplier Qualification (SQ) envelope in the opportunities section of the MoJ e-sourcing portal (Bravo solutions) which includes all documentation required to submit a tender.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
DRAFT Contract Terms and Conditions (including Schedules) are included in the Procurement Documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
Please see the DRAFT contract terms and conditions and schedules.
Section IV: Procedure
IV.1.1)Type of procedure
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.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
VI.2)Information about electronic workflows
VI.4.1)Review body
5 Wellington Place
Leeds
LS1 4AP
United Kingdom
VI.5)Date of dispatch of this notice: