Workwear and PPE Tender
Provision of workwear, PPE clothing, PPE equipment, footwear, catering clothing.
United Kingdom-Huddersfield: Occupational clothing, special workwear and accessories
2019/S 054-124038
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
High Street
Huddersfield West Yorkshire
HD1 2NF
United Kingdom
Contact person: Nigel Hancock
Telephone: +44 1484221000
E-mail: nigel.hancock@kirklees.gov.uk
NUTS code: UKE44
Internet address(es):Main address: http://www.kirklees.gov.uk
Address of the buyer profile: https://www.yortender.co.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Kirklees Provision of Workwear and PPE
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Contracting Authority is looking for economic operators who are able to provide a high quality and value for money service in the provision of workwear, PPE clothing, PPE equipment, footwear, catering clothing and domiciliary clothing to various Council Departments.
This will cover:
— chemical protective, mechanical Gloves,
— disposable, foul weather, mixed, various PPE Clothing,
— hearing protection,
— industrial, snow, sun, wind and dust Eyewear,
— protective headwear,
— respiratory PPE,
— protective footwear and ancillary products.
II.1.5)Estimated total value
II.1.6)Information about lots
This contract is split into three (3) Lots, Lot 1 comprises of 4 parts which must all be priced (A,B,C,D):
Lot 1A: Work Wear;
Lot 1B: PPE Clothing;
Lot 1C: PPE Equipment;
Lot 1D: Footwear;
Lot 2: Domiciliary Clothing;
Lot 3: Catering Clothing.
The Contracting Authority reserves the right to award all lots to one economic operator if this is the most economically advantageous outcome to Kirklees.
II.2.1)Title:
Lot 1: Workwear, PPE Clothing PPE Equipment, Footwear
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various sites across the borough of Kirklees.
II.2.4)Description of the procurement:
The Contracting Authority is seeking to appoint an economic operator who is able to provide a high quality and value for money service in the provision of workwear, PPE clothing, PPe equipment and footwear to various Council departments. The Contracting Authority employs circa 16 000 people wearing various detonations of uniform across various departments within the borough of Kirklees.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is anticipated that the contract has an initial service term of 48 months with two (2) possible twenty-four (24) month extension periods.
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
Please find further documentation at www.yortender.co.uk Tender reference — KMCPRP — 094A — Kirklees provision of workwear and PPE.
II.2.1)Title:
Domicillary Clothing
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various locations across the borough of Kirklees.
II.2.4)Description of the procurement:
The Contracting Authority is seeking to appoint an economic operator who is able to provide a high quality and value for money service in the provision of domiciliary clothing for Council departments. The Contracting Authority employs circa 16 000 people wearing various denominations of uniform across various departments within the borough of Kirklees. Domiciliary clothing including but not strictly limited to:
— domiciliary tunics,
— domiciliary trousers domiciliary dresses,
— domiciliary scrubs,
— domiciliary cardigans,
— domiciliary misc.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is anticipated that the contract has an initial service term of 48 months with two (2) possible twenty-four (24)month extension periods.
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
Please find further information on www.yortender.co.uk Tender ref — KMCPRP — 094A — provision of workwear and personal protective equipment.
II.2.1)Title:
Catering Clothing
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various locations across the borough of Kirklees.
II.2.4)Description of the procurement:
The Contracting Authority is seeking to appoint an economic operator who is able to provide a high quality and value for money service in the provision of catering clothing to various Council departments. The Council employs circa 16 000 people wearing various denominations of uniform across various departments within the borough of Kirklees. Catering clothing including but not strictly limited to:
— chef’s trousers/jackets,
— aprons,
— tabards,
— Housekeeping — Shirts and Blouses,
— waistcoats.
Economic operators wishing to register their interest, capacity and capability in delivering the proposed requirement should do so using the point of contact within this notice.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is anticipated that the contract is for an initial 48 month period with two (2) possible twenty-four (24) month extension periods.
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
Please find further documentation at www.yortender.co.uk
Tender reference- KMCPRP — 094A — Kirklees provision of workwear and PPE.
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
In accordance with:
(i) Article 57 to 60 of Directive 2014/24/EU of the European Parliament and of the Council; and
(ii) Regulations 57 to 60 of the Public Contracts 2015 (SI 2015/102), which require or permit the Contracting Authority not to select or to treat as ineligible, economic operators, the Contracting Authority reserves the right to exclude any economic operator whom they deem to not satisfy any criteria outlined within the scoring matrices contained within the standard selection questionnaire (“SQ”), which is available to download at: https://www.yortender.co.uk
III.1.2)Economic and financial standing
Finance:
Economic operators must be able to demonstrate financial standing as required under Section 4 and Section 5 of the Standard Selection Questionnaire (“SQ”) within Part A of the Suppliers’ Submission Document (File 4.0), which is available to download at:
https://www.yortender.co.uk/procontract/supplier.nsf
Or is available at the address set out in Section I.1 of this notice.
Failure to supply any one of the financial sources requested under Section 4 of the SQ may result in exclusion.
Economic operators will either pass or fail on the basis of being financially viable for the lots they have tendered for under the contract. The rationale applied is therefore:
— economic operators bidding for Lot 1 must demonstrate a minimum annual turnover of at least Pounds Sterling (487 500 GBP) GBP to a “Pass”,
— economic operators bidding for Lot 2 must demonstrate a minimum annual turnover of at least Pounds Sterling (30 000 GBP) GBP to a “Pass”,
— economic operators bidding for Lot 3 must demonstrate a minimum annual turnover of at least Pounds Sterling (30 000 GBP) GBP to a “Pass”,
— economic operators wishing to cover more than one lot will need to demonstrate an aggregated minimum annual turnover. For example, if bidding for Lots 1 (A, B, C, and D) and Lot 2 the minimum turnover required would be 517 500 GBP to “Pass”.
In addition, any answers which leads the Contracting Authority acting reasonably to conclude (considering the risk that the relevant answer suggests about the economic operators ability to properly perform under the contract) that it would be inappropriate to select the economic operator on this occasion will result in exclusion.
Finance
The estimated annual values of each lot under this framework are follows:
Lot 1: A — Workwear – One Hundred and Five Thousand Pounds Sterling (105 000 GBP) per annum;
Lot 1: B — PPE Clothing — Seventy Thousand Pounds Sterling (70 000 GBP) per annum;
Lot 1: C — PPE Equipment — Eighty Thousand Pounds Sterling (80 000 GBP) per annum;
Lot 1: D — Footwear — Seventy Thousand Pounds Sterling (70 000 GBP) per annum;
Lot 2: Domiciliary Clothing – Twenty Thousand Pounds Sterling (20 000 GBP)per annum;
Lot 3: Catering Clothing — Twenty Thousand Pounds Sterling (20 000 GBP) per annum.
Economic operators bidding for lot 1 must demonstrate a minimum annual turnover of at least one hundred and fifty Thousand Pounds Sterling (150 000 GBP) to “Pass”.
Economic operators bidding for Lot 2 must demonstrate a minimum annual turnover of at least sixty thousand Pounds Sterling (60 000 GBP) to “Pass”.
Economic operators bidding for Lot 3 must demonstrate a minimum annual turnover of at least thirty thousand Pounds Sterling (30 000 GBP) to “Pass”.
Economic operators wishing to cover more than one lot will need to demonstrate an aggregated minimum annual turnover. For example, if an economic operators is bidding for Lots 1 (A, B, C, and D) and Lot 2 the minimum turnover required would be Five Hundred and Seventeen Thousand and Five Hundred Pounds Sterling (517 500 GBP) to “Pass”.
In addition, any answers which leads the Contracting Authority acting reasonably to conclude (considering the risk that the relevant answer suggests about the economic operator’s ability to properly perform under the Contract) that it would be inappropriate to select the economic operator on this occasion will result in exclusion.
III.1.3)Technical and professional ability
Economic operators are asked to provide evidence of relevant experience and references in accordance with the requirements set out within Section 6 of the SQ within Part A of the suppliers’ submission document (File 4.0), which is available to download at:
https://www.yortender.co.uk/procontract/supplier.nsf
Or is available at the address set out in Section I.1 of this notice.
Pass – the economic operator has provided either:
1) At least one (1) example of a previous contract that meets the minimum requirements set out in Section 6, and demonstrates to the reasonable satisfaction of the Contracting Authority that the economic operator possesses the relevant general technical expertise and professional experience to be entrusted with the relevant services under the Contracting Authority’s contract;
or
2) A satisfactory reason as to why the applicant is unable to provide any examples of previous contracts that are relevant to the Contracting Authority’s requirements under this procurement that meets the minimum requirements set out in Question 6.3 of the SQ.
However, economic operators are asked to note that:
(i) if they need to use more than one (1) example to demonstrate that they possess the relevant general technical expertise and professional experience, they may do so up to a maximum of three (3) examples;
(ii) The Contracting Authority reserves the right to confirm the accuracy of any information provided in response to Section 6 of the SQ with any named customer contact(s);
(iii) Any replies from any named customer contact(s) which lead the Contracting Authority, acting reasonably, to doubt any significant representations made in your responses to Section 6 of the SQ may result in exclusion.
Fail – The economic operator:
1) Has failed to provide any examples of any previous contracts in response to Section 6 of the SQ, and has failed to provide a satisfactory reason as to why they were unable to provide any examples;
or
2) the examples given in response to Section 6 of the SQ do NOT demonstrate to the satisfaction of the Contracting Authority that the economic operator possesses the relevant general technical expertise and professional experience to be entrusted with the relevant services under the Contracting Authority’s contract.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
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
IV.2.7)Conditions for opening of tenders
Third Floor North, Civic Centre 1, Huddersfield, HD1 2NF.
At least one (1) representative from finance management, risk performance and IT and one (1) Corporate Procurement Officer will open and record the electronic (and where applicable, written) quotations received by the appointed time at the same time.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Additional note to previous tenderers:
Due to the volume of applications received for the previous Workwear and PPE contract (KMCPRP- 094) and the quality of responses within those applications we were unable to shortlist to a maximum of only 5 suppliers for each lot.
After careful consideration the decision was taken to offer the opportunity for all organisations to bid for the contract(s) using an open procedure.
Understandably some suppliers have previously submitted a selection questionnaire in order to progress to the award stage, therefore those suppliers will be given the option to elect to stand by the previous selection questionnaire submitted – please state if this is what you will be doing.
Note and for the avoidance of any doubt:
Questions 8.4 a, b and c will no longer be evaluated at selection stage.
However suppliers may decide to submit a new selection questionnaire if there have been any change in circumstances in your business.
VI.4.1)Review body
N/a
United Kingdom
VI.4.3)Review procedure
The Contracting Authority will incorporate a minimum ten (10) calendar day standstill period at the point that information on the conclusion of the contract is communicated to the economic operator(s). This period allows any unsuccessful economic operator(s) to seek further debriefing from the Contracting Authority before the conclusion of the contract. Such additional information should be requested from the address at 1.1 of this notice. If an appeal regarding the conclusion of the contract has not been successfully resolved, then the Public Contracts Regulations 2015(SI 2015/102) 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). Any such action must be stated within thirty (30) days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had risen. The Court may extend the time limited for starting proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than three (3) months after that date. Where the contract has not been concluded, the Court may order the setting aside of the award decision order the Contracting Authority to amend any document and may award damages. If however the contract has been concluded, the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be ineffective.
VI.5)Date of dispatch of this notice: