Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Liverpool City Council
4th Floor, Cunard Building
Liverpool
L3 1DS
UK
Contact person: Ms Kimberley Rice
Telephone: +44 1512330591
E-mail: kimberley.rice@liverpool.gov.uk
NUTS: UKD7
Internet address(es)
Main address: http://www.liverpool.gov.uk
Address of the buyer profile: http://www.liverpool.gov.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Framework for the Supply of Personal Protective Equipment (PPE)
Reference number: DN486594
II.1.2) Main CPV code
18143000
II.1.3) Type of contract
Supplies
II.1.4) Short description
In response to Covid-19 Liverpool City Council are seeking to establish a framework for the supply of Personal Protective Equipment (PPE). This will include masks, goggles, face shields, gloves, gowns, aprons and anti bacterial sanitiser.
The framework will be available for the use of all Liverpool City Region Local Authorities and their subsidiaries including Liverpool City Council, Sefton Borough Council, Wirral Borough Council, St Helens Borough Council, Knowsley Metropolitan Borough Council, Halton Borough Council, the Liverpool City Region Combined Authority and MerseyTravel. The framework will also be available for the use of Liverpool University Hospitals NHS Foundation Trust and all Merseyside Schools — a full list of which can be found here: http://www.education.gov.uk/edubase/home.xhtml
Your company will need to register on Procontract (Due North) to be able to receive the opportunity. The documents will only be available on Procontract (available via the Due North site).
To register your organisation on Procontract click on the following link https://procontract.due-north.com/register, go to suppliers’ area and click on ‘register free’.
Once you have registered you will need to go to the ‘my opportunities’ section on the home page of ProContract and follow the instructions as a supplier to enable you to return your submission.
Please do not contact the named contracting authority officer directly. All correspondence in relation to this opportunity should be submitted via the ProContract messaging section.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
106 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
IIR Masks (Medical Facemasks)
II.2.2) Additional CPV code(s)
33000000
II.2.3) Place of performance
NUTS code:
UKD7
II.2.4) Description of the procurement
Supply of IIR Medical Facemask and other medical grade face masks. See ITT for further specification details.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 25
Price
/ Weighting:
75
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
FFP Masks (Filtering Face Pieces and Respiratory Masks)
II.2.2) Additional CPV code(s)
33000000
II.2.3) Place of performance
NUTS code:
UKD7
II.2.4) Description of the procurement
FFP Masks (Filtering Face Pieces and Respiratory Masks). See ITT for further specification details.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 25
Price
/ Weighting:
75
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
Face Shields and Visors
II.2.2) Additional CPV code(s)
33700000
II.2.3) Place of performance
NUTS code:
UKD7
II.2.4) Description of the procurement
Face shields and visors. See ITT for further specification details.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 25
Price
/ Weighting:
75
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
Eye Shields and Safety Goggles
II.2.2) Additional CPV code(s)
33700000
II.2.3) Place of performance
NUTS code:
UKD7
II.2.4) Description of the procurement
Eye Shields and Safety Goggles. See ITT for further specification details.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 25
Price
/ Weighting:
75
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
Gowns and Aprons
II.2.2) Additional CPV code(s)
35113400
II.2.3) Place of performance
NUTS code:
UKD7
II.2.4) Description of the procurement
Gowns and Aprons. See ITT for further specification details.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 25
Price
/ Weighting:
75
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
Disposable Protective Gloves
II.2.2) Additional CPV code(s)
18424300
II.2.3) Place of performance
NUTS code:
UKD7
II.2.4) Description of the procurement
Disposable protective gloves. See ITT for further specification details.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 25
Price
/ Weighting:
75
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
Antibacterial Hand Sanitiser
II.2.2) Additional CPV code(s)
33741300
II.2.3) Place of performance
NUTS code:
UKD7
II.2.4) Description of the procurement
Antibacterial hand sanitiser. See ITT for further specification details.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 25
Price
/ Weighting:
75
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
Extreme urgency brought about by events unforeseeable for the contracting authority and in accordance with the strict conditions stated in the Directive
Explanation
The Covid-19 outbreak has given rise to an urgent need for the supply of personal protective equipment to support front line staff and care providers. This does not give Liverpool City Council sufficient time to comply with the standard open procedure timescales for this procurement. Liverpool City Council considers this to be a state of urgency which it has duly substantiated. Accordingly, Liverpool City Council is using the accelerated time limits permitted under the Public Contract Regulations 2015 (regulation 27(5)) in respect of this procurement.
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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:
2020/S 197-478518
Section V: Award of contract
Lot No: 1
Contract No: DN486594
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/01/2021
V.2.2) Information about tenders
Number of tenders received: 247
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Technicare Ltd T/A Blyth Group
Wolverhampton
WV6 0HS
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
60 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Contract No: DN486594
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/01/2021
V.2.2) Information about tenders
Number of tenders received: 247
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Rexel UK Ltd
Birmingham
B26 3RZ
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
15 200 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Contract No: DN486594
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/01/2021
V.2.2) Information about tenders
Number of tenders received: 247
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Streamline Corporate Ltd
London
EC1V 3RS
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
5 600 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
Contract No: DN486594
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/01/2021
V.2.2) Information about tenders
Number of tenders received: 247
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Thomas Graham & Sons Ltd
Carlisle
CA6 4SQ
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
3 600 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 5
Contract No: DN486594
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/01/2021
V.2.2) Information about tenders
Number of tenders received: 247
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Lyreco UK Ltd
Telford
TF2 7NB
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
7 200 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 6
Contract No: DN486594
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/01/2021
V.2.2) Information about tenders
Number of tenders received: 247
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Arrow County Supplies Ltd
Shrewsbury
SY3 9AE
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
4 400 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 7
Contract No: DN486594
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/01/2021
V.2.2) Information about tenders
Number of tenders received: 247
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Reliance Medical Ltd
Stoke-on-Trent
S7 1TL
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
10 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Royal Court of Justice
Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
18/02/2021