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.

02 Contract Notice

Supply Of High Visibility, Personal Protective Equipment (PPE), Uniforms, Workwear and Leisurewear

  • First published: 13 April 2017
  • Last modified: 13 April 2017

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-064872
Published by:
Llywodraeth Cymru / Welsh Government - Commercial Delivery
Authority ID:
AA27760
Publication date:
13 April 2017
Deadline date:
16 May 2017
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The National Procurement Service on behalf of the Welsh Public Sector wishes to establish a collaborative framework agreement for The Supply Of High Visibility, Personal Protective Equipment (PPE), Uniforms, Workwear and Leisurewear to the public sector in Wales. This procurement is being conducted by the National Procurement Service (NPS), which is a division of the Welsh Government. As a consequence of the Government of Wales Act 2006, the contracting party will be the Welsh Ministers. Any agreement that is established as a result of this procurement exercise will be managed by NPS. CPV: 35113400, 35113400, 18100000, 18110000, 18130000, 18420000, 18810000, 18811000, 18221000, 18222000, 18110000, 18410000, 18224000, 18140000, 18832000, 18000000, 18100000, 18420000, 18810000, 18130000, 39222000, 35113400, 18113000, 18141000, 18810000, 18831000, 18811000, 18221000, 18221000, 18811000, 33199000, 18100000, 35113400, 18410000, 18100000, 18222000, 18110000, 18130000, 18221000, 33199000, 18000000, 18113000, 18224000, 18420000, 18140000, 33735100, 33141420, 18400000, 18141000, 18424000, 18424300, 33141400, 35113000, 18444100, 18143000, 18444000, 18810000, 18831000, 18142000, 18811000, 18832000, 44611200, 18410000, 35113400, 18130000, 33735100, 35113000, 18444100, 18143000, 18444000, 18831000, 18142000, 18832000, 44611200.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

National Procurement Service (Welsh Government)

T’yr Afon, Bedwas Road

Caerphilly

CF83 8WT

UK

Telephone: +44 3007900170

E-mail: npscorporateservices@wales.gsi.gov.uk

NUTS: UKL

Internet address(es)

Main address: http://npswales.gov.uk

Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA27760

I.2) 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:

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


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

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


Tenders or requests to participate must be sent to the following address:

National Procurement Service (Welsh Government)

Caerphilly

CF83 8WT

UK

E-mail: NPScorporateservices@wales.gsi.gov.uk

NUTS: UK

Internet address(es)

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

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


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Supply Of High Visibility, Personal Protective Equipment (PPE), Uniforms, Workwear and Leisurewear

Reference number: NPS-CS-0066-16

II.1.2) Main CPV code

35113400

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The National Procurement Service on behalf of the Welsh Public Sector wishes to establish a collaborative framework agreement for The Supply Of High Visibility, Personal Protective Equipment (PPE), Uniforms, Workwear and Leisurewear to the public sector in Wales. This procurement is being conducted by the National Procurement Service (NPS), which is a division of the Welsh Government. As a consequence of the Government of Wales Act 2006, the contracting party will be the Welsh Ministers. Any agreement that is established as a result of this procurement exercise will be managed by NPS.

II.1.5) Estimated total value

Value excluding VAT: 28 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Personal Protection Equipment

II.2.2) Additional CPV code(s)

18410000

35113400

18130000

33735100

35113000

18444100

18143000

18444000

18831000

18142000

18832000

44611200

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Personal Protection Equipment

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The duration of the framework will be 3 years with the option to extend for a further one year.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Workwear & Uniforms

II.2.2) Additional CPV code(s)

35113400

18100000

18110000

18130000

18420000

18810000

18811000

18221000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Workwear & Uniforms

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The duration of the framework will be 3 years with the option to extend for a further one year.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Corporate Suiting

II.2.2) Additional CPV code(s)

18222000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Corporate Suiting

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The duration of the framework will be 3 years with the option to extend for a further one year.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Technical Outdoorwear

II.2.2) Additional CPV code(s)

18110000

18410000

18224000

18140000

18832000

18000000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Technical Outdoorwear

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The duration of the framework will be 3 years with the option to extend for a further one year.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

Leisure Wear

II.2.2) Additional CPV code(s)

18100000

18420000

18810000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Leisurewear

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The duration of the framework will be 3 years with the option to extend for a further one year.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6

II.2.1) Title

Catering Clothing

II.2.2) Additional CPV code(s)

18130000

39222000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Catering Clothing

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The duration of the framework will be 3 years with the option to extend for a further one year.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 7

II.2.1) Title

Forestry Clothing

II.2.2) Additional CPV code(s)

35113400

18113000

18141000

18810000

18831000

18811000

18221000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Forestry Clothing

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The duration of the framework will be 3 years with the option to extend for a further one year.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 8

II.2.1) Title

Waterwear

II.2.2) Additional CPV code(s)

18221000

18811000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Waterwear

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The duration of the framework will be 3 years with the option to extend for a further one year.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 9

II.2.1) Title

Laboratory Coats

II.2.2) Additional CPV code(s)

33199000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Laboratory Clothing

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The duration of the framework will be 3 years with the option to extend for a further one year.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 10

II.2.1) Title

Civil Enforcement Uniforms

II.2.2) Additional CPV code(s)

18100000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Occupational clothing, special workwear and accessories

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The duration of the framework will be 3 years with the option to extend for a further one year.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 11

II.2.1) Title

Single Provider

II.2.2) Additional CPV code(s)

35113400

18410000

18100000

18222000

18110000

18130000

18221000

33199000

18000000

18113000

18224000

18420000

18140000

33735100

33141420

18400000

18141000

18424000

18424300

33141400

35113000

18444100

18143000

18444000

18810000

18831000

18142000

18811000

18832000

44611200

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Single Provider with the ability to provide all the goods and services contained within Lots 1-10.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The duration of the framework will be 3 years with the option to extend for a further one year.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

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

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 with several operators.

Envisaged maximum number of participants to the framework agreement: 75

IV.1.8) Information about 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:

2016/S 210-380528

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 16/05/2017

Local time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 16/05/2017

Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

48 months

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Over 73 public sector organisations in Wales have committed to the NPS in principle, including all Local Authorities, NHS Bodies, Welsh Government and Welsh Government Sponsored bodies, the Police and Fire services and Higher and Further Education.

In accordance with Regulation 33(5) of the Public Contracts Regulations 2015, these procedures [i.e. the procedures for awarding call-off contracts under the framework] may be applied only between the contracting authorities clearly identified in the link below and the tender documentation.

http://gov.wales/docs/nps/Named-NPS-customers-OJEU-6th-September-2016.pdf

A copy of this list has been recorded at the time that this notice was published to ensure compliance with the requirements of the Public Contracts Regulations 2015.

The Welsh Ministers (NPS) will not be liable for any bidder costs arising from the non award of this framework.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=64872

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

As detailed in the Tender Documentation

(WA Ref:64872)

The buyer considers that this contract is suitable for consortia

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

itt_61470 - Qualification & Technical Questionnaires

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

itt_61449 - Lot 1: Personal Protective Equipment

itt_61471 - Lot 2: Workwear and Uniforms

itt_61472 - Lot 3: Corporate Suiting

itt_61473 - Lot 4: Technical Outdoorwear

itt_61474 - Lot 5: Leisurewear

itt_61476 - Lot 6: Catering

itt_61477 - Lot 7: Forestry

itt_61478 - Lot 8: Waterwear

itt_61479 - Lot 9: Laboratory Coats

itt_61480 - Lot 10: Civil Enforcement Uniforms

itt_61481 - Lot 11: Single Provider

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.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=64872

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

At award of contract, the successful Supplier(s) will be expected to work with the NPS Category Manager to maximise the community benefits delivered through the contract. Please see tender documents for further information.

(WA Ref:64872)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

National Procurement Service (Welsh Government)

T’yr Afon, Bedwas Road

Caerphilly

CF83 8WT

UK

Telephone: +44 3007900170

Internet address(es)

URL: http://npswales.gov.uk

VI.5) Date of dispatch of this notice

11/04/2017

Coding

Commodity categories

ID Title Parent category
44611200 Breathing apparatus Tanks
39222000 Catering supplies Kitchen equipment, household and domestic items and catering supplies
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
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.

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
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.