Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Supply of High Visiblity & Personal Protective Equipment (PPE), Uniforms, Workwear and Leisurewear

  • First published: 09 December 2015
  • Last modified: 19 August 2016

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-036670
Published by:
Llywodraeth Cymru / Welsh Government - Commercial Delivery
Authority ID:
AA27760
Publication date:
09 December 2015
Deadline date:
18 August 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The purpose of this Framework is to establish a collaborative agreement for the supply of High Visibility Personal Protective Equipment (PPE) , Uniforms, Work wear and Leisurewear. This Framework will be made available to use for the Customers of the National Procurement Service (NPS), which currently comprises of 73 Welsh public sector organisations. In addition, the Framework will also be available to use by the organisations that are clearly referenced within the ITT documentation. NPS is hosted by the Welsh Government and aims to deliver value for money from the procurement of common and repetitive goods and services by "buying once for Wales". NOTE: The authority is using eTenderWales to carry out this procurement process. CPV: 35113400, 18000000, 18100000, 18110000, 18113000, 33199000, 18220000, 18221000, 18222000, 18224000, 18400000, 18410000, 18420000, 18130000, 18140000, 33735100, 33141420, 18141000, 18424000, 18424300, 33141400, 35113000, 18444100, 18143000, 18444000, 18810000, 18831000, 18142000, 18811000, 18832000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


National Procurement Service (Welsh Government)

Ty Afon, Bedwas Road

Caerphilly

CF83 8WT

UK

Corporate and Business Support Services

http://www.etenderwales.bravosolution.co.uk/

+44 3007900170

NPSCorporateServices@wales.gsi.gov.uk


http://npswales.gov.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA27760

http://www.etenderwales.bravosolution.co.uk/

http://www.etenderwales.bravosolution.co.uk/
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Checked box
Checked box
Checked box
Checked box
Checked box
Checked box
Checked box
Yes

Blaenau Gwent County Borough Council

Bridgend County Borough Council

Caerphilly County Borough Council

Cardiff Council

Carmarthenshire County Council

Ceredigion County Council

City and County of Swansea Council

Conwy County Borough Council

Denbighshire County Council

Flintshire County Council

Gwynedd Council

Isle of Anglesey County Council

Merthyr Tydfil County Borough Council

Monmouthshire County Council

Neath Port Talbot County Borough Council

Newport City Council

Pembrokeshire County Council

Powys County Council

Rhondda Cynon Taf County Borough Council

Torfaen County Borough Council

Vale of Glamorgan Council

Wrexham County Borough Council

Aberystwyth University

Bangor University

Cardiff University

Cardiff Metropolitan University

Glyndwr University

Swansea University

Trinity Saint David University

University of South Wales

University of Wales Registry

Bridgend College

Cardiff and Vale College

Coleg Ceredigion

Coleg Gwent

Coleg Harlech

Coleg Llandrillo Menai

Coleg Morgannwg

Coleg Powys

Coleg Sir Gar

Deeside College

Gower College Swansea

Merthyr Tydfil College

Neath Port Talbot College

Pembrokeshire College

St Davids Catholic College

Yale College Wrexham

Ystrad Mynach College

Dyfed-Powys Police

Gwent Police

North Wales Police

South Wales Police

Mid & West Wales Fire & Rescue Service

North Wales Fire & Rescue Service

South Wales Fire & Rescue Service

National Assembly for Wales

Welsh Government

Arts Council of Wales

Care Council of Wales

HEFCW

National Library for Wales

National Museum of Wales

Natural Resources Wales

Sport Wales

ABM University Health Board

Aneurin Bevan Health Board

Betsi Cadwaladr University Health Board

Cardiff and Vale University Health Board

Cwm Taf Health Board

Hywel Dda University Health Board

Powys Health Board

Velindre NHS Trust

Welsh Ambulance Service Trust

Public Health Wales

NHS Wales Procurement Services

Aelwyd Housing Association

Bro Myrddin Housing Association

Bron Afon Community Housing

Cadwyn Housing Association

Cardiff Community Housing Association

Cartrefi Conwy

Cartrefi Cymunedol Gwynedd

Coastal Housing Group

Community Lives Consortium

CT Cantref

Cynon Taf Community Housing Group

Derwen Cymru

Family Housing Association (Wales)

First Choice Housing Association

Grwp Cynefin

Grwp Gwalia Cyf

Hafan Cymru Carmarthen

Hafod Care Association

Hafod Housing Association

Hendre Group

Linc-Cymru Housing Association

Melin Homes

Merthyr Tydfil Housing Association

Merthyr Valleys Homes

Mid Wales Housing Association

Monmouthshire Housing Association

Newport City Homes

Newydd Housing Association

North Wales Housing Association

NPT Homes

Pembrokeshire Housing

Pennaf Housing Group

RCT Homes

Rhondda Housing Association

Seren Group

Soroptomist Housing Association Carmarthen

Taff Housing Association

Tai Calon Community Housing

Tai Ceredigion Cyf

Tai Cymdogaeth Cyf

United Welsh

Valleys 2 Coast Housing

Wales & West Housing

Welsh Public Sector Organisations named in the ITT

BBC

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Supply of High Visiblity & Personal Protective Equipment (PPE), Uniforms, Workwear and Leisurewear

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

Checked box Unchecked box Unchecked box
Unchecked box Unchecked box

II.1.2(c))

Type of service contract

II.1.2)

Main site or location of works, place of delivery or performance

Wales - Cymru



UKL

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

55

Duration of the framework agreement

4

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

2500000026000000GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The purpose of this Framework is to establish a collaborative agreement for the supply of High Visibility Personal Protective Equipment (PPE) , Uniforms, Work wear and Leisurewear.

This Framework will be made available to use for the Customers of the National Procurement Service (NPS), which currently comprises of 73 Welsh public sector organisations.

In addition, the Framework will also be available to use by the organisations that are clearly referenced within the ITT documentation.

NPS is hosted by the Welsh Government and aims to deliver value for money from the procurement of common and repetitive goods and services by "buying once for Wales".

NOTE: The authority is using eTenderWales to carry out this procurement process.

II.1.6)

Common Procurement Vocabulary (CPV)

35113400
18000000
18100000
18110000
18113000
33199000
18220000
18221000
18222000
18224000
18400000
18410000
18420000
18130000
18140000
33735100
33141420
18141000
18424000
18424300
33141400
35113000
18444100
18143000
18444000
18810000
18831000
18142000
18811000
18832000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Unchecked box Checked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The estimated expenditure on PPE and Clothing is GBP6.285million per annum across the identified participating Customers

These figures have been obtained from historical data and provide no guarantee of

future expenditure. Detailed breakdown by Authority cannot be provided.

2000000030000000
GBP

II.2.2)

Options

The Agreement will be for a period of three years with an option to extend the agreement for a further period of up to 1 year.

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

The deposits, guarantees or bonds required by the contracting authority will be set out in the contract documents. The awarding authority reserves the right to request parent company and/or other guarantees of performance and financial liability.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Tender pricing must be in Sterling (GBP). Payments made under the framework agreement awarded will be in Sterling (GBP). A Mandatory Supplier Rebate will be charged to suppliers appointed under the framework agreement in order to cover the costs of establishing and managing the framework agreement. Further information will be made available in the tender documentation.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

The Authority actively encourages in respect of this framework sub Contracting and Joint Bidding. The Authority encourages consortia bids, especially from SMEs, for the framework. The Authority recognising the potential added value and community benefits that can come from SMEs working together and the positive impact on the economy of Wales.

The attached link provides further information

http://cymru.gov.uk/topics/improvingservices/bettervfm/publications/jointbidding/?lang=en

None specified, save that in the case of a partnership or consortium or other group of more than one legal entity bidding together, the contract will be with either (1) all bidders on the basis of joint and several liability, or (2) with one or more of the parties acting as 'prime contractor' (and where more than one, on a joint and several liability basis). Where the contract is with a special purpose company with separate legal personality established for the project, the contracting authority will require sufficient guarantees to be given by participants in that company or their parents.

III.1.4)

Other particular conditions to which the performance of the contract is subject

The Authority and the Customers are required to provide management information returns at regular intervals to a variety of stakeholders, therefore Suppliers will be expected to provide comprehensive detail on a monthly basis (or at time interval identified by Customers). Information should be submitted in the format agreed with the Authority.

The Authority and Supplier(s) shall agree Key Performance Indicators (KPI’s), during the implementation of the framework and any subsequent commitments, for the supply of High Visibility, Personal Protective Equipment (PPE) , Uniforms, Work wear and leisurewear. The Supplier(s) shall set up processes to monitor performance against the agreed KPI table in order to report to the Authority. The Supplier(s) shall at all times ensure compliance with the standards set by the KPI.

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Please refer to the Invitation to Tender

III.2.2)

Economic and financial capacity


Please refer to the Invitation to Tender



Please refer to the Invitation to Tender


III.2.3)

Technical capacity


Please refer to the Invitation to Tender



Please refer to the Invitation to Tender


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


No

Yes
Quality 50
Price 50

IV.2.2)

An electronic auction will be used

Yes

The NPS reserve the right to hold an electronic auction as part of the evaluation process of the tender and subsequent mini competitions.

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

NPS-CS-0044-15

IV.3.2)

Previous publication(s) concerning the same contract

Checked box
Unchecked box
2015/S 118-213239 20-06-2015

Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 18-01-2016  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders



 18-01-2016  12:00
Electronic

Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


Within 48 months.

VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

Please ensure that you find and complete the following ITTS on the eTenderWales system:

itt_51394 - Qualification & Technical Questionnaires

Every bidder MUST complete a Qualification & Technical Questionnaire or your bid may be rejected.

itt_51395 - Lot 1: Personal Protective Equipment

itt_51396 - Lot 2: Workwear and Uniforms

itt_51397 - Lot 3: Corporate Suiting

itt_51398 - Lot 4: Technical Outdoorwear

itt_51399 - Lot 5: Leisurewear

itt_51400 - Lot 6: Catering

itt_51401 - Lot 7: Forestry

itt_51402 - Lot 8: Waterwear

itt_51404 - Lot 9: Laboratory Coats

itt_51405 - Lot 10: Civil Enforcement Uniforms

Use the ITT code to search for the above Lots. If you are unable to find any of the above Lots whilst using the eTenderWales system, please contact the helpdesk on 0800 3684852.

(WA Ref:36670)

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 09-12-2015

ANNEX B

Information About Lots

1     High Visiblity Personal Protective Equipment (PPE)

1)

Short Description

Comprises of 5 geographical zones and will be limited to a maximum of 4 suppliers per zone.

Zone 1 North Wales

Zone 2 Mid Wales

Zone 3 South Wales

Zone 4 West Wales

Zone 5 All Wales

2)

Common Procurement Vocabulary (CPV)

35113400

3)

Quantity or scope

General Protective Equipment, High Visibility, eye and face protection, hand protection, accessories and protective footwear


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

10     Civil Enforcement Officer Uniforms

1)

Short Description

This will comprise of an All Wales Zone.

The All Wales zone will have a total of 2 suppliers all with the ability to service the whole of Wales

2)

Common Procurement Vocabulary (CPV)

18100000
18400000
18410000

3)

Quantity or scope

Enforcement officer uniforms, officer uniforms, accessories and footwear.


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

2     Workwear and Uniforms

1)

Short Description

Comprises of 5 geographical zones and will be limited to a maximum of 4 suppliers per zone.

Zone 1 North Wales

Zone 2 Mid Wales

Zone 3 South Wales

Zone 4 West Wales

Zone 5 All Wales

2)

Common Procurement Vocabulary (CPV)

35113400

3)

Quantity or scope

General Work wear, tops, shirts, blouses , polo shirts.

Standard outerwear, accessories and footwear.


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

3     Corporate Suiting

1)

Short Description

This will comprise of an All Wales Zone.

The All Wales Lot will have a total of 3 suppliers all with the ability to service the whole of Wales

2)

Common Procurement Vocabulary (CPV)

35113400

3)

Quantity or scope

corporate suits and associated items


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

4     Technical Outdoorwear

1)

Short Description

This will comprise of an All Wales Zone.

The All Wales zone will have a total of 2 suppliers all with the ability to service the whole of Wales

2)

Common Procurement Vocabulary (CPV)

35113400

3)

Quantity or scope

Technical outdoor wear, technical accessories and technical footwear


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

5     Leisurewear

1)

Short Description

This will comprise of an All Wales Zone.

The All Wales zone will have a total of 2 suppliers all with the ability to service the whole of Wales

2)

Common Procurement Vocabulary (CPV)

35113400

3)

Quantity or scope

Sportswear, general leisurewear, accessories and footwear


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

6     Catering

1)

Short Description

This will comprise of an All Wales Zone.

The All Wales zone will have a total of 2 suppliers all with the ability to service the whole of Wales

2)

Common Procurement Vocabulary (CPV)

35113400

3)

Quantity or scope

Chefs Clothing, catering clothing, accessories, clogs and footwear


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

7     Forestry

1)

Short Description

This will comprise of an All Wales Zone.

The All Wales zone will have a total of 2 suppliers all with the ability to service the whole of Wales

2)

Common Procurement Vocabulary (CPV)

35113400

3)

Quantity or scope

Specialist forestry clothing, accessories and footwear


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

8     Waterwear

1)

Short Description

This will comprise of an All Wales Zone.

The All Wales zone will have a total of 2 suppliers all with the ability to service the whole of Wales

2)

Common Procurement Vocabulary (CPV)

35113400

3)

Quantity or scope

Specialist marine and water clothing and accessories


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

9     Laboratory Coats

1)

Short Description

This will comprise of an All Wales Zone.

The All Wales zone will have a total of 2 suppliers all with the ability to service the whole of Wales

2)

Common Procurement Vocabulary (CPV)

35113400

3)

Quantity or scope

Laboratory clothing, accessories and footwear.


4)

Indication about different contract dates

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
18420000 Clothing accessories Special clothing and accessories
18224000 Clothing made of coated or impregnated textile fabrics Weatherproof clothing
18000000 Clothing, footwear, luggage articles and accessories Materials and Products
18222000 Corporate clothing Weatherproof clothing
18424300 Disposable gloves Gloves
18831000 Footwear incorporating a protective metal toecap Protective footwear
18810000 Footwear other than sports and protective footwear Footwear
18424000 Gloves Clothing accessories
18113000 Industrial clothing Occupational clothing
33199000 Medical clothing Miscellaneous medical devices and products
18110000 Occupational clothing Occupational clothing, special workwear and accessories
18100000 Occupational clothing, special workwear and accessories Clothing, footwear, luggage articles and accessories
35113400 Protective and safety clothing Safety equipment
18143000 Protective gear Workwear accessories
33735100 Protective goggles Goggles
18444000 Protective headgear Hats and headgear
35113000 Safety equipment Firefighting, rescue and safety equipment
18444100 Safety headgear Protective headgear
18142000 Safety visors Workwear accessories
18410000 Special clothing Special clothing and accessories
18400000 Special clothing and accessories Clothing, footwear, luggage articles and accessories
18832000 Special footwear Protective footwear
18130000 Special workwear Occupational clothing, special workwear and accessories
33141420 Surgical gloves Disposable non-chemical medical consumables and haematological consumables
18221000 Waterproof clothing Weatherproof clothing
18811000 Waterproof footwear Footwear other than sports and protective footwear
18220000 Weatherproof clothing Outerwear
33141400 Wire-cutter and bistoury; surgical gloves Disposable non-chemical medical consumables and haematological consumables
18141000 Work gloves Workwear accessories
18140000 Workwear accessories Occupational clothing, special workwear and accessories

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
09 December 2015
Deadline date:
18 August 2016 00:00
Notice type:
Contract Notice
Authority name:
Llywodraeth Cymru / Welsh Government - Commercial Delivery
Publication date:
24 August 2016
Notice type:
Additional Information
Authority name:
Llywodraeth Cymru / Welsh Government - Commercial Delivery

About the buyer

Main contact:
NPSCorporateServices@wales.gsi.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
19/08/2016 11:41
Notice Cancelled
This notice has been cancelled. The original deadline date of 18/01/2016 is no longer applicable.

Framework not awarded. New Contract Notice to be issued.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.