Uniforms Tender for Highways Agency
Supply of Uniforms to DfT Agencies throughout the UK, Highlands and Islands.
UK-Birmingham: corporate clothing
2012/S 42-068334
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
Highways Agency
199 Wharfside Street, The Cube
For the attention of: Jaswant Parpagga
B1 1RN Birmingham
UNITED KINGDOM
Telephone: +44 1216872556
E-mail: jaswant.parpagga@highways.gsi.gov.uk
Internet address(es):
General address of the contracting authority: www.highways.gov.uk
Further information can be obtained from: Jaswant Parpagga
Internet address: http://highways.bravosolution.com
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Jaswant Parpagga
Internet address: http://highways.bravosolution.com
Tenders or requests to participate must be sent to: Jaswant Parpagga
Internet address: http://highways.bravosolution.com
Section II: Object of the contract
Purchase
Main site or location of works, place of delivery or of performance: Supply of Uniforms to DfT Agencies throughout the UK, Highlands and Islands.
NUTS code UK
maximum number of participants to the framework agreement envisaged: 10
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 0 and 6 000 000 GBP
The Department’s executive agencies, trading funds and other transport bodies are central to delivering the Government’s transport priorities and services, they are:
— The Driver and Vehicle Licensing Agency (DVLA).
— Driver and Vehicle Agency (DVA).
— Driving Standards Agency (DSA).
— Government Car and Despatch Agency (GCDA).
— Highways Agency (HA).
— Maritime and Coastguard Agency (MCA).
— Vehicle and Operator Services Agency (VOSA).
— Vehicle Certification Agency (VCA).
— Air, Rail and Marine Accident Investigation Branch (AAIB, MAIB, RAIB).
The HA will lead on the procurement of the framework and will be responsible for the overall management of the framework when awarded.
We are therefore looking for a range of suppliers, with proven track records, to meet our requirements over the next four years. Supplier(s) will provide the DfT Agencies and ALBs with a consistent supply of corporate and specialist uniforms items as well as standard and bespoke hi-visibility garments that meet the relevant quality standards. Supplier(s) will be required to deliver to locations all over the United Kingdom (UK), including Highlands and Islands.
Supplier(s) will be expected to develop a collaborative working relationship with each department; this close working relationship should enable all parties to benefit in terms of improved efficiencies and will be able to demonstrate innovative solutions to ensure best value whilst providing items that are fit for purpose and meet quality standards.
The majority of garments will need to bear a logo in the form of embroidery, screen-printing or tax tab.
Supplier(s) will be expected to effectively manage the contract from day one and have in place risk management processes to ensure a consistent supply is provided.
Supplier(s) should be committed to sustainable and ethical sourcing. This should include but not be limited to fuels used in transportation of the uniform items and materials used in the clothing garments. Suppliers will be required at tender stage to provide ethical policy statements and information relating to their environmental performance and corporate social responsibility.
Please note use of the contract award value can not be guaranteed. The contract will be split into two lots:
Lot 1 – Corporate Clothing and Uniforms.
Lot 2 – Work Wear Inc PPE.
Public accessibility: During the course of this framework contract, the Agency will be exploring opportunities to make it accessible to other Contracting Authorities. The Framework offers no guarantee of a minimum amount of work either by value or number of task orders.
18222000, 18222100, 18831000, 35113400, 18444000, 33735100, 35811300, 18222200, 18143000, 18830000, 18100000, 18221000, 18220000
Tenders may be submitted for one or more lots
Information about lots
Lot No: 1 Lot title: Corporate Clothing and Uniforms
18222000, 18222100, 35811300, 18222200, 18100000
35113400, 18831000, 33735100, 18444000, 35113400, 18143000, 18830000, 18221000, 18220000
Section III: Legal, economic, financial and technical information
(a) conspiracy within the meaning of section 1 or 1A of the Criminal Law Act 1977 or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983 where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA;
(b) corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889(20) or section 1 of the Prevention of Corruption Act 1906(21), where the offence relates to active corruption;
(c) the offence of bribery, where the offence relates to active corruption;
(ca) bribery within the meaning of section 1 or 6 of the Bribery Act 2010(22);
(d) fraud, where the offence relates to fraud affecting the European Communities’ financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities(23), within the meaning of:
(i) the offence of cheating the Revenue;
(ii) the offence of conspiracy to defraud;
(iii) fraud or theft within the meaning of the Theft Act 1968, the Theft Act (Northern Ireland) 1969, the Theft Act 1978 or the Theft (Northern Ireland) Order 1978;
(iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985, article 451 of the Companies (Northern Ireland) Order 1986 or section 993 of the Companies Act 2006;
(v) fraudulent evasion within the meaning of section 170 of the Customs and Excise Management Act 1979(31) or section 72 of the Value Added Tax Act 1994;
(vi) an offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993;
(vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968(34) or section 19 of the Theft Act (Northern Ireland) 1969;
(viii) fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006; or
(ix) making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of the Fraud Act 2006;
(e) money laundering within the meaning of section 340(11) of the Proceeds of Crime Act 2002;
(ea) an offence in connection with the proceeds of criminal conduct within the meaning of section 93A, 93B or 93C of the Criminal Justice Act 1988 or article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996;
(eb) an offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994; or.
(f) any other offence within the meaning of Article 45(1) of the Public Sector Directive as defined by the national law of any relevant State.
The Highways Agency shall treat as ineligible and shall not select a supplier has been convicted of any of the above offences.
The Highways Agency may apply to the relevant competent authority to obtain further information regarding the supplier and in particular details of convictions of the offences listed above if it considers it needs such information to decide on any exclusion referred to above.
In any case where supplier or its directors or any other person who has powers of representation, decision or control has been convicted of an offence described in paragraph (1), the Highways Agency may disregard the prohibition described there if it is satisfied that there are overriding requirements in the general interest which justify doing so in relation to that economic operator in order to maintain or enable sufficient competition.
2. The Supplier must declare if any of the following (a) to (j) it or any of its directors any other person who has powers of representation, decision or control of the supplier is applicable. The Highways Agency shall consider a supplier as ineligible or decide not to select supplier in accordance with the Procurement Regulations on one or more of the following grounds, namely that the economic operator or any of its directors any other person who has powers of representation, decision or control of the economic operator (supplier):
(a) being an individual is a person in respect of whom a debt relief order has been made or is bankrupt or has had a receiving order or administration order or bankruptcy restrictions order or a debt relief restrictions order made against him or has made any composition or arrangement with or for the benefit of his creditors or has made any conveyance or assignment for the benefit of his creditors or appears unable to pay, or to have no reasonable prospect of being able to pay, a debt within the meaning of section 268 of the Insolvency Act 1986, or article 242 of the Insolvency (Northern Ireland) Order 1989, or in Scotland has granted a trust deed for creditors or become otherwise apparently insolvent, or is the subject of a petition presented for sequestration of his estate, or is the subject of any similar procedure under the law of any other state;
(b) being a partnership constituted under Scots law has granted a trust deed or become otherwise apparently insolvent, or is the subject of a petition presented for sequestration of its estate;
(c) being a company or any other entity within the meaning of section 255 of the Enterprise Act 2002 has passed a resolution or is the subject of an order by the court for the company’s winding up otherwise than for the purpose of bona fide reconstruction or amalgamation, or has had a receiver, manager or administrator on behalf of a creditor appointed in respect of the company’s business or any part thereof or is the subject of the above procedures or is the subject of similar procedures under the law of any other state;
(d) has been convicted of a criminal offence relating to the conduct of his business or profession;
(e) has committed an act of grave misconduct in the course of his business or profession;
(f) has not fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established;
(g) has not fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the supplier is established;
(h) is guilty of serious misrepresentation in providing any information referred to within regulation or regulation 24, 25, 26 or 27 (of the Public Contracts Regulations 2006 as amended), or has not provided such information in response to a request by the contracting authority
(i) in relation to procedures for the award of a public services contract, is not licensed in the relevant State in which he is established or is not a member of an organisation in that relevant State when the law of that relevant State prohibits the provision of the services to be provided under the contract by a person who is not so licensed or who is not such a member; or
(j)subject to Regulation 23 paragraphs (7), (8) and (9) of the Public Contracts Regulations 2006, as amended, is not registered on the professional or trade register of the relevant State specified in Schedule 6 in which he is established under conditions laid down by that State].
Minimum level(s) of standards possibly required: Stated in the Pre-Qualification Questionnaire.
Please refer to the Pre-Qualification Questionnaire for details.
Minimum level(s) of standards possibly required:
Please refer to the Pre-Qualification Questionnaire for details.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Please refer to the Pre-Qualification Questionnaire for details.
Place:
As in I.1.
Section VI: Complementary information
The Contracting Authority intends to use an eTendering system in this procurement exercise. Suppliers interested in submitting an expression of interest for this proposed contract should request a copy of the Pre-qualification pack (PQP) through the Highways Agency’s e-Sourcing Portal (http://highways.bravosolution.com). Completed forms and responses must be received by the Highways Agency, via the Highways Agency’s e-Sourcing Portal (https://highways.bravosolution.co.uk), by the deadline at section IV.3.4. Suppliers are required to provide a separate pre-qualification pack for each Lot they wish to bid for. Expressions of interest must be submitted from the Contractor’s registered office address. Each member of a Joint Venture (JV) must submit a letter from their own registered office confirming all company names in the proposed JV. Successful suppliers should note that the DfT may choose to publish the names of Contractors on its tender list for this contract after invitation to tender letters have been dispatched.
The tenderer with the most economically advantageous tender will be required to sign the Highways Agency Fair Payment Charter as a condition of acceptance of their tender.
As a supplier / organisation looking to bid for public sector contracts you should be aware tender documentation for contracts over 10 000 GBP will be published on a single website and made available to the public. You should also be aware that if your bid is successful, the resulting contract will be published. In some circumstances, limited redactions will be made to tender documentation and/or contracts before they are published in order to comply with existing law, to protect commercial interests, and for the protection of national security.
see details at VI.4.2
Appeals must be lodged in accordance with the Public Contracts Regulations 2006 (SI 2006 no 5) as amended.
VI.5)Date of dispatch of this notice:24.2.2012