We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

There are some bugs affecting the way eForms notices are displayed. We are working on solving the problem. In the meanwhile, please check our dedicated page for more information and guidance.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Supplies - 271394-2019

12/06/2019    S111

United Kingdom-Leicester: Protective and safety clothing

2019/S 111-271394

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: ESPO
Postal address: Barnsdale Way, Grove Park, Enderby
Town: Leicester
NUTS code: UKF21 Leicester
Postal code: LE19 1ES
Country: United Kingdom
Contact person: Place and Environment Procurement Team
E-mail: tenders@espo.org
Telephone: +44 1162657934
Internet address(es):
Main address: http://www.espo.org/
Address of the buyer profile: http://www.espo.org/
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://procontract.due-north.com/Advert/Index?advertId=704972f6-f34b-e911-80f3-005056b64545
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://procontract.due-north.com/Advert/Index?advertId=704972f6-f34b-e911-80f3-005056b64545
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
Other activity: Local Authority Services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

144_19 Personal Protective Equipment (PPE) and Clothing

Reference number: 144_19
II.1.2)Main CPV code
35113400 Protective and safety clothing
II.1.3)Type of contract
Supplies
II.1.4)Short description:

An ESPO national Framework for the supply of personal protective equipment and various clothing (including but not limited to wear for corporate, health and social care, school, leisure, catering and emergency services). The Framework Agreement will be open for use by those users deemed permissible and will operate on the basis of direct award and further competition. To tender:

(a) go to www.eastmidstenders.org

(b) register;

(c) search for tender opportunity ‘144_19’;

(d) express an interest;

(e) download the tender from the website.

II.1.5)Estimated total value
Value excluding VAT: 12 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

PPE (Personal Protective Equipment) and Clothing

Lot No: 1
II.2.2)Additional CPV code(s)
18113000 Industrial clothing
18114000 Coveralls
18140000 Workwear accessories
18142000 Safety visors
18143000 Protective gear
18221000 Waterproof clothing
18444000 Protective headgear
18444100 Safety headgear
18811000 Waterproof footwear
18812000 Footwear with rubber or plastic parts
18813000 Footwear with uppers of leather
18815400 Waders
18830000 Protective footwear
18831000 Footwear incorporating a protective metal toecap
33141420 Surgical gloves
33735100 Protective goggles
35113400 Protective and safety clothing
35113430 Safety vests
35113450 Protective coats or ponchos
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

Sub-lot 1.1 High Visibility Clothing.

Sub-lot 1.2 Coveralls.

Sub-lot 1.3 Head and Face Protection.

Sub-lot 1.4 Eye Protection.

Sub-lot 1.5 Children’s Eye Protection.

Sub-lot 1.6 Ear Protection.

Sub-lot 1.7 Respiratory Protection.

Sub-lot 1.8 Aprons/Tabards.

Sub-lot 1.9 Protective Footwear.

Sub-lot 1.10 Hand Protection.

The following information is applicable to all lots: ESPO has established a commercial trading company, ESPO Trading Ltd, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful supplier may be asked to enter into an additional separate Framework Agreement (the second framework) with ESPO Trading Ltd on materially similar terms to that found in the tender pack to be entered into by ESPO itself. Any second Framework Agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Ltd may enter into the second Framework Agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders' information only.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 1 714 286.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 07/09/2019
End: 06/09/2021
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The Framework Agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

The following information is applicable to all lots: an eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.

II.2)Description
II.2.1)Title:

Corporate Workwear

Lot No: 2
II.2.2)Additional CPV code(s)
18140000 Workwear accessories
18222000 Corporate clothing
18223000 Jackets and blazers
18232000 Skirts
18233000 Shorts
18234000 Trousers
18235200 Cardigans
18235300 Sweatshirts
18330000 T-shirts and shirts
18423000 Ties
18800000 Footwear
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

Sub-Lot 2.1 Clothing and Footwear.

Sub-Lot 2.2 Slim Fit Clothing.

Tenders are invited for a national Framework Agreement allowing for the supply of a comprehensive range of PPE and Clothing.

The scope of the framework encompasses 8 different lot categories which are procured via direct award or further competition.

This particular lot is for corporate workwear which includes but is not limited to: t-shirts, polo shirts, sweatshirts, shirts, trousers, blazers, leggings, fleeces, ties, caps, hats, jackets and safety and non-safety footwear.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 1 714 286.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 07/09/2019
End: 06/09/2021
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The Framework Agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Health and Social Care Workwear

Lot No: 3
II.2.2)Additional CPV code(s)
18110000 Occupational clothing
18231000 Dresses
18234000 Trousers
18318300 Pyjamas
18332000 Shirts
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

Tenders are invited for a national Framework Agreement allowing for the supply of a comprehensive range of PPE and clothing.

The scope of the framework encompasses 8 different lot categories which are procured via direct award or further competition.

This particular lot is for health and social care workwear which includes but is not limited to, full length dresses, maternity dresses, tunics, maternity tunics, shirts, trousers, scrub tops and trousers and patient pyjama tops and trousers.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 1 714 286.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 07/09/2019
End: 06/09/2021
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The Framework Agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Schoolwear

Lot No: 4
II.2.2)Additional CPV code(s)
18223000 Jackets and blazers
18232000 Skirts
18233000 Shorts
18234000 Trousers
18235200 Cardigans
18235300 Sweatshirts
18330000 T-shirts and shirts
18423000 Ties
18800000 Footwear
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

Sub-Lot 4.1 Clothing and Footwear.

Sub-Lot 4.2 Children’s Aprons/Smocks/Tabards.

Sub-Lot 4.3 Junior Apron.

Tenders are invited for a national Framework Agreement allowing for the supply of a comprehensive range of PPE and Clothing.

The scope of the framework encompasses 8 different lot categories which are procured via direct award or further competition.

This particular lot is for schoolwear which includes but is not limited to: t-shirts, polo shirts, sweatshirts, cardigans, fleeces, body warmer, blouses, blazers, shirts, ties, skirts, trousers, shorts, hoodies, laboratory coats, aprons and non-safety shoes.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 1 714 286.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 07/09/2019
End: 06/09/2020
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The Framework Agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Leisurewear

Lot No: 5
II.2.2)Additional CPV code(s)
18221000 Waterproof clothing
18233000 Shorts
18234000 Trousers
18317000 Socks
18331000 T-shirts
18333000 Polo shirts
18412000 Sportswear
18820000 Sports footwear
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

Sub-Lot 5.1 Budget Branded Clothing.

Sub-lot 5.2 Footwear.

Sub-Lot 5.3 Premium Branded Clothing.

Sub-Lot 5.4 Sports Bibs.

Tenders are invited for a national Framework Agreement allowing for the supply of a comprehensive range of PPE and Clothing.

The scope of the framework encompasses 8 different lot categories which are procured via direct award or further competition.

This particular lot is for leisurewear which includes but is not limited to, t-shirts, polo shirts, jogging bottoms, tracksuits, shorts, jackets, fleeces, trainers and sports bibs.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 1 714 286.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 07/09/2019
End: 06/09/2021
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The Framework Agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Catering Wear

Lot No: 6
II.2.2)Additional CPV code(s)
18110000 Occupational clothing
18140000 Workwear accessories
18141000 Work gloves
18223200 Jackets
18234000 Trousers
18441000 Hats
18443340 Caps
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

Sub-Lot 6.1 Chefs Headwear and Masks.

Sub-Lot 6.2 Disposable Clothing.

Sub-Lot 6.3 Clothing.

Sub-Lot 6.4 Gloves.

Tenders are invited for a national Framework Agreement allowing for the supply of a comprehensive range of PPE and Clothing.

The scope of the framework encompasses 8 different lot categories which are procured via direct award or further competition.

This particular lot is for catering wear which includes but is not limited to: mesh hats, hair nets, food processing aprons, tabards, disposable clothing, gloves and chef’s jackets and trousers.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 1 714 286.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 07/09/2019
End: 06/09/2021
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The Framework Agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Emergency Services Workwear

Lot No: 7
II.2.2)Additional CPV code(s)
18100000 Occupational clothing, special workwear and accessories
18110000 Occupational clothing
18114000 Coveralls
18130000 Special workwear
18140000 Workwear accessories
18223200 Jackets
18232000 Skirts
18233000 Shorts
18234000 Trousers
18330000 T-shirts and shirts
18331000 T-shirts
18332000 Shirts
18423000 Ties
18425000 Belts
18444110 Helmets
18800000 Footwear
35113400 Protective and safety clothing
35113430 Safety vests
35113470 Protective shirts or pants
35811100 Fire-brigade uniforms
35811200 Police uniforms
35813000 Military helmets
35815100 Bullet-proof vests
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

Sub-Lot 7.1 Station wear and Footwear.

Sub-Lot 7.2 Firefighters Protective Clothing and Footwear.

Sub-Lot 7.3 Police Wear and Footwear.

Sub-Lot 7.4 Police High Visibility Clothing.

Sub-Lot 7.5 Police Protective Clothing.

Sub-Lot 7.6 Protective Armour.

Sub-Lot 7.7 Life Saving Equipment.

Tenders are invited for a national Framework Agreement allowing for the supply of a comprehensive range of PPE and Clothing.

The scope of the framework encompasses 8 different lot categories which are procured via direct award or further competition.

This particular lot is for fire and rescue service workwear which includes but is not limited to: shirts, t-shirts, polo shirts, tunics, trousers, skirts, jackets, fleeces, joggers, shorts, coveralls, helmets, trainers and safety shoes.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 1 714 286.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 07/09/2019
End: 06/09/2021
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The Framework Agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

This contract will operate on-going contract monitoring procedures following award, to ensure financial stability requirements are maintained.

Credit rating checks will be carried out on a regular basis, using the credit rating agency, Creditsafe Business Solutions Ltd.

Any changes will be assessed (compared with a baseline credit rating score obtained at contract award stage) and significant changes or sustained degradation will be investigated.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
In the case of framework agreements, provide justification for any duration exceeding 4 years:

IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2019/S 057-130945
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 08/07/2019
Local time: 12:00
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:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 08/07/2019
Local time: 12:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

As a Central Purchasing Body as defined by the EU Procurement Directive 2014/24/EU, the Framework Agreement is open for use by Public Bodies (defined at https://www.espo.org/ESPO/media/Documents/FAQs/ESPO-s_powers_to_trade__website_-2016-12-22.pdf) that also fall into one of the following classifications of user throughout all administrative regions of the UK:

— Local Authorities,

— Educational Establishments (including Academies),

— Central Government Departments and Agencies,

— Police, Fire and Rescue and Coastguard Emergency Services,

— NHS and HSC Bodies, including Ambulance Services,

— Registered Charities,

— Registered Social Landlords,

— The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons, or

— any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament.

Details of the classification of end user establishments and geographical areas are available at: http://www.espo.org/About-us-%281%29/FAQs/Legal

VI.4)Procedures for review
VI.4.1)Review body
Official name: Royal Court of Justice
Postal address: Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

ESPO will incorporate a minimum 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2105 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

VI.5)Date of dispatch of this notice:
07/06/2019