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

Provision of PPE and Clothing

  • First published: 22 July 2023
  • Last modified: 22 July 2023

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-03e408
Published by:
YORKSHIRE WATER SERVICES LIMITED
Authority ID:
AA80808
Publication date:
22 July 2023
Deadline date:
21 August 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This tender is seeking a single supplier for a comprehensive Personal Protective Equipment (PPE) and clothing contract, without any specific lots. The initial contract duration is three years, with the flexibility to extend for up to two additional years (+1 or +2). The estimated annual value of the contract is approximately £1,000,000 GBP, resulting in an estimated total value of £3,000,000 GBP over the three-year period.

The primary objective is to identify a supplier with the capability to meet diverse PPE and clothing requirements effectively. Suppliers are expected to provide comprehensive quotes encompassing a wide range of items, including gloves, goggles, respirators, coveralls, helmets, footwear, and high-visibility clothing. Moreover, the tender welcomes suppliers who can offer additional services that enhance the overall PPE and clothing provision.

While having the ability to supply additional services is advantageous, suppliers focusing solely on meeting the primary requirements will still be considered. The final decision regarding the potential expansion of the contract scope will be made during the evaluation process.

YWS shall reserve the right to award single or multiple lots to achieve the best overall commercial solution.

Process:

In the first instance the expression of interests to participate must be submitted via email to Constantine Metcalf and Beatriz Sambonovich (constantine.metcalf@yorkshirewater.co.uk / beatriz.sambonovich@yorkshirewater.co.uk ) SQ will be issued to the bidders upon a receipt of an expression of interest. The bidders will then be assessed over two stages:

First Stage - Qualification: The initial phase of the tender process will involve a thorough assessment of bidders' capabilities through supplier qualification. Bidders will be required to provide evidence of their qualifications for the tender, along with responses to qualitative questions. Additionally, YWS may conduct reference checks with relevant stakeholders to verify the bidders' capabilities.

Scoring criteria for each of the SQ questions will be shared alongside the questionnaire. Bidders that do not meet the minimum criteria, will be excluded from the process at this stage.

Second stage - Invitation To Tender (ITT): Second Stage - Invitation to Tender (ITT): Thee ITT stage will include two phases:

1) Suppliers will be evaluated based on qualitative and commercial factors for each lot. Clear scoring criteria ensure transparency and fairness.

2) Suppliers will participate in a Revese eAuction, an online bidding process, adjusting bids in real-time to offer the most economically advantageous proposals.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

YORKSHIRE WATER SERVICES LIMITED

2366682

Western House,Western Way, Buttershaw

BRADFORD

BD62SZ

UK

Contact person: Beatriz Sambonovich

E-mail: sambonob@yw.co.uk

NUTS: UKE

Internet address(es)

Main address: https://www.yorkshirewater.com/

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

http://www.yorkshirewater.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://service.ariba.com


I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of PPE and Clothing

II.1.2) Main CPV code

18000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

We hereby invite expressions of interest for the establishment of a Supply Agreement encompassing a comprehensive range of Personal Protective Equipment (PPE) and Clothing. This tender will not be divided into separate lots and will cover all necessary PPE and clothing items required.

The purpose of this tender process is to select qualified suppliers who can effectively and efficiently deliver high-quality PPE and clothing throughout the duration of the agreement.

Please note that any estimated quantities or values provided in this, or other associated documentation are for guidance purposes only. They do not impose any obligation on the organization to purchase specific quantities if a bidder is successful and enters into an Agreement.

Interested suppliers are encouraged to submit their expressions of interest in accordance with the instructions provided in the tender documents. We eagerly await proposals from qualified suppliers who can meet our PPE and clothing requirements to the highest standards.

II.1.5) Estimated total value

Value excluding VAT: 3 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKE

II.2.4) Description of the procurement

This tender is seeking a single supplier for a comprehensive Personal Protective Equipment (PPE) and clothing contract, without any specific lots. The initial contract duration is three years, with the flexibility to extend for up to two additional years (+1 or +2). The estimated annual value of the contract is approximately £1,000,000 GBP, resulting in an estimated total value of £3,000,000 GBP over the three-year period.

The primary objective is to identify a supplier with the capability to meet diverse PPE and clothing requirements effectively. Suppliers are expected to provide comprehensive quotes encompassing a wide range of items, including gloves, goggles, respirators, coveralls, helmets, footwear, and high-visibility clothing. Moreover, the tender welcomes suppliers who can offer additional services that enhance the overall PPE and clothing provision.

While having the ability to supply additional services is advantageous, suppliers focusing solely on meeting the primary requirements will still be considered. The final decision regarding the potential expansion of the contract scope will be made during the evaluation process.

YWS shall reserve the right to award single or multiple lots to achieve the best overall commercial solution.

Process:

In the first instance the expression of interests to participate must be submitted via email to Constantine Metcalf and Beatriz Sambonovich (constantine.metcalf@yorkshirewater.co.uk / beatriz.sambonovich@yorkshirewater.co.uk ) SQ will be issued to the bidders upon a receipt of an expression of interest. The bidders will then be assessed over two stages:

First Stage - Qualification: The initial phase of the tender process will involve a thorough assessment of bidders' capabilities through supplier qualification. Bidders will be required to provide evidence of their qualifications for the tender, along with responses to qualitative questions. Additionally, YWS may conduct reference checks with relevant stakeholders to verify the bidders' capabilities.

Scoring criteria for each of the SQ questions will be shared alongside the questionnaire. Bidders that do not meet the minimum criteria, will be excluded from the process at this stage.

Second stage - Invitation To Tender (ITT): Second Stage - Invitation to Tender (ITT): Thee ITT stage will include two phases:

1) Suppliers will be evaluated based on qualitative and commercial factors for each lot. Clear scoring criteria ensure transparency and fairness.

2) Suppliers will participate in a Revese eAuction, an online bidding process, adjusting bids in real-time to offer the most economically advantageous proposals.

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 contract duration is initially set for three years, with the potential for and extension of up to 2 years, providing flexibility for either a 1+1 arrangement or a straight 2-years.

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.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction:

The EAuction will take place as the second stage of our Invitation To Tender (ITT), which will consist of:

1) Stage 1: Suppliers will be evaluated based on qualitative and commercial factors for each lot (including the provision of an initial pricing). Clear scoring criteria will be used to ensure transparency and fairness.

2) Stage 2: After an initial evaluation, Suppliers will be invited to participate in a Reverse EAuction, an online bidding process in which bids are adjusted real-time to offer the most economically advantageous proposals.

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: 21/08/2023

Local time: 17:00

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

EN

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.4) Procedures for review

VI.4.1) Review body

Yorkshire Water Services Limited

Bradford

BD6 2SZ

UK

VI.5) Date of dispatch of this notice

21/07/2023

Coding

Commodity categories

ID Title Parent category
18000000 Clothing, footwear, luggage articles and accessories Materials and Products

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:
sambonob@yw.co.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.