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

PPE, Workwear, Janitorial and Site Equipment Supplies Framework

  • First published: 10 February 2024
  • Last modified: 10 February 2024

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-h6vhtk-0438c7
Published by:
EFFICIENCY EAST MIDLANDS LIMITED
Authority ID:
AA80953
Publication date:
10 February 2024
Deadline date:
05 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 1 is being created to support Members with their requirement for the supply of Personal Protective Equipment supplies through a counter collection offering and direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

It is vital for our Members that the supply chain is capable of supplying quality materials at competitive rates but also deliver the required service level requirements to enable them to meet their own objectives and commitments. The key features valued by our Members are:

• Sufficient coverage in their area to support a mobile workforce

• Next day direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

• Counter collection offering

• Guaranteed stock holding against an agreed core list

• Dedicated Account Manager

• Reporting data to assist with continuous improvement and review of products

• Customer portal availability

The range of products likely to be supplied include, but are not limited to:

Breathing Apparatus

Eye and Face Protection

Fall Management

Head Protection

Hearing Protection

Respiratory Protection

Hand Protection

Safety Footwear

Body Protection

First Aid

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

EFFICIENCY EAST MIDLANDS LIMITED

07762614

Unit 3

Alfreton

DE55 2DS

UK

Contact person: Rosie Maltby

Telephone: +44 1246395610

E-mail: tenders@eem.org.uk

NUTS: UKF

Internet address(es)

Main address: www.eem.org.uk

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:

https://www.delta-esourcing.com/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.delta-esourcing.com/


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

PPE, Workwear, Janitorial and Site Equipment Supplies Framework

Reference number: EEM0023

II.1.2) Main CPV code

35113400

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Efficiency East Midlands (EEM) is a procurement consortium which establishes and manages a range of frameworks and DPS agreements. Our membership has now grown to over 340 members including organisations providing services to the whole public sector including housing associations, local authorities, NHS Trusts, Education Providers and Emergency Services.

EEM will be conducting a tender exercise for the renewal of our existing PPE and Site Equipment (EEM0023) which will expire in 2024.

The Framework agreement will be for a period of 48 months and is expected to run from 3rd June 2024 to 2nd June 2028 .

EEM reserve the right to appoint maximum of 6 Suppliers onto each of the categories described below. For the avoidance of doubt we reserve the right to appoint up to 24 Suppliers across the below lots.

Lot 1 of this Framework will cover the supply of PPE.

Lot 2 of this Framework will cover the supply of Workwear.

Lot 3 of this Framework will cover the supply of Janitorial supplies.

Lot 4 of this Framework will cover the supply of Tools, Equipment and Signage.

For further in further information please visit https://www.delta-esourcing.com/ and complete the standard questionnaire and to view the tender documents via Tenderbox access code 8E72D94P7.

II.1.5) Estimated total value

Value excluding VAT: 50 000 000.00  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 Protective Equipment (PPE)

II.2.2) Additional CPV code(s)

18100000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

II.2.4) Description of the procurement

Lot 1 is being created to support Members with their requirement for the supply of Personal Protective Equipment supplies through a counter collection offering and direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

It is vital for our Members that the supply chain is capable of supplying quality materials at competitive rates but also deliver the required service level requirements to enable them to meet their own objectives and commitments. The key features valued by our Members are:

• Sufficient coverage in their area to support a mobile workforce

• Next day direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

• Counter collection offering

• Guaranteed stock holding against an agreed core list

• Dedicated Account Manager

• Reporting data to assist with continuous improvement and review of products

• Customer portal availability

The range of products likely to be supplied include, but are not limited to:

Breathing Apparatus

Eye and Face Protection

Fall Management

Head Protection

Hearing Protection

Respiratory Protection

Hand Protection

Safety Footwear

Body Protection

First Aid

II.2.5) Award criteria

Criteria below:

Quality criterion: Tender Assessment / Weighting: 30

Quality criterion: Interview and Presentation / Weighting: 20

Cost criterion: Pricing Schedule / Weighting: 35

Cost criterion: Scenario / Weighting: 15

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.2) Additional CPV code(s)

18130000

18140000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

II.2.4) Description of the procurement

Lot 2 is being created to support Members with their Workwear supplies for health and safety through a counter collection offering and direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

It is vital for our Members that the supply chain is capable of supplying quality materials at competitive rates but also deliver the required service level requirements to enable them to meet their own objectives and commitments. The key features valued by our Members are:

• Sufficient coverage in their area to support a mobile workforce

• Next day direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

• Counter collection offering

• Guaranteed stock holding against an agreed core list

• Dedicated Account Manager

• Reporting data to assist with continuous improvement and review of products

• Customer portal availability

The range of products likely to be supplied include, but are not limited to:

Trousers

Polo Shirts

Sweatshirts

T-Shirts

Fleece

Thermal Wear

Jackets

Hi-Visibility Clothing

Weather Wear

II.2.5) Award criteria

Criteria below:

Quality criterion: Tender Assessment / Weighting: 30

Quality criterion: Interview and Presentation / Weighting: 20

Cost criterion: Pricing Schedule / Weighting: 35

Cost criterion: Scenario / Weighting: 15

II.2.6) Estimated value

Value excluding VAT: 10 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Janitorial Supplies

II.2.2) Additional CPV code(s)

39830000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

II.2.4) Description of the procurement

Lot 3 is being created to support Members with their provision of janitorial equipment, specifically referring to tools and machines used to maintain their buildings and facilities through a counter collection offering and direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

It is vital for our Members that the supply chain is capable of supplying quality materials at competitive rates but also deliver the required service level requirements to enable them to meet their own objectives and commitments. The key features valued by our Members are:

• Sufficient coverage in their area to support a mobile workforce

• Next day direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

• Counter collection offering

• Guaranteed stock holding against an agreed core list

• Dedicated Account Manager

• Reporting data to assist with continuous improvement and review of products

• Customer portal availability

The range of products likely to be supplied include, but are not limited to Janitorial Supplies and Washroom Hygiene Supplies

II.2.5) Award criteria

Criteria below:

Quality criterion: Tender Assessment / Weighting: 30

Quality criterion: Interview and Presentation / Weighting: 20

Cost criterion: Pricing Schedule / Weighting: 35

Cost criterion: Scenario / Weighting: 15

II.2.6) Estimated value

Value excluding VAT: 10 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Tools, Equipment and Signage

II.2.2) Additional CPV code(s)

34992200

35113100

44423200

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

II.2.4) Description of the procurement

Lot 4 is being created to support Members with the supply of Tools, Equipment and Signage for safety or management purposes through a counter collection offering and direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

It is vital for our Members that the supply chain is capable of supplying quality materials at competitive rates but also deliver the required service level requirements to enable them to meet their own objectives and commitments. The key features valued by our Members are:

• Sufficient coverage in their area to support a mobile workforce

• Next day direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

• Counter collection offering

• Guaranteed stock holding against an agreed core list

• Dedicated Account Manager

• Reporting data to assist with continuous improvement and review of products

• Customer portal availability

The range of products likely to be supplied include, but are not limited to:

Ladders

Steps

Tools

Workplace Safety Equipment

Health and Safety

II.2.5) Award criteria

Criteria below:

Quality criterion: Tender Assessment / Weighting: 30

Quality criterion: Interview and Presentation / Weighting: 20

Cost criterion: Pricing Schedule / Weighting: 35

Cost criterion: Scenario / Weighting: 15

II.2.6) Estimated value

Value excluding VAT: 10 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Please refer to the tender pack.

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: 24

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date: 05/04/2024

Local time: 14:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 05/04/2024

Local time: 14:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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

The call-off contract's to be awarded pursuant to the Framework Agreements to be entered at conclusion of the procurement exercise begun by publication of the Contract Notice may extend for a duration of up to five years beyond expiry of the four-year term of the Framework Agreement.

Please note that the total potential framework value stated within this notice is in relation to the full 4-year framework and takes into consideration the lot structure, length of call off contracts and that the EEM membership may grow over the framework lifetime.

Where the contract notice states a maximum of suppliers to be

appointed to the Framework. EEM reserves the right to appoint less than the numbers

stated. This framework is being procured by Efficiency East Midlands Ltd (EEM) on behalf of

their members and the other organisations described below as being authorised users. The following contracting authorities will be entitled to agree and award contracts under this

framework agreement as Authorised Users:

1) any Member of EEM which for the avoidance of doubt currently includes 3 partner consortia -

West Works (https://www.westworks.org.uk)

Advantage South West(https://www.advantagesouthwest.co.uk and South East Consortium

(https://www.southeastconsortium.org.uk)

A full list of current members is available at www.eem.org.uk

2) any future member of EEM or our partner consortia and in all cases being an organisation which has applied to join EEM or

our partner consortia in accordance with the applicable constitutional documents;

3) An EEM participant being an organisation which is neither a current or EEM member (as defined at 1 above) nor a future member of EEM (as defined at 2 above). Further details regarding the authorised users of this framework can be found in the ITT documents.

For further in further information please visit https://www.delta-esourcing.com/ and complete the standard questionnaire and to view the tender documents via Tenderbox access code 86E72D94P7.

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

London

WC2A 2LL

UK

VI.4.2) Body responsible for mediation procedures

Royal Courts of Justice

London

WC2A 2LL

UK

VI.4.4) Service from which information about the review procedure may be obtained

The Cabinet Office

Correspondence Team, Cabinet Office, Whitehall

London

SW1A 2AS

UK

VI.5) Date of dispatch of this notice

09/02/2024

Coding

Commodity categories

ID Title Parent category
39830000 Cleaning products Cleaning and polishing products
44423200 Ladders Miscellaneous articles
18100000 Occupational clothing, special workwear and accessories Clothing, footwear, luggage articles and accessories
35113400 Protective and safety clothing Safety equipment
34992200 Road signs Signs and illuminated signs
35113100 Site-safety equipment Safety equipment
18130000 Special workwear Occupational clothing, special workwear and accessories
18140000 Workwear accessories Occupational clothing, special workwear and accessories

Delivery locations

ID Description
100 UK - All

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:
tenders@eem.org.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.