The procurement documents are available for unrestricted and full direct access, free of charge at:
Lot No: 1
II.2.1) Title
Fire Protective & Rescue Clothing – Plus Optional Managed Service
II.2.2) Additional CPV code(s)
18000000
18100000
18424000
35113400
35811100
50413200
75250000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for the provisions of fire protective clothing and rescue clothing such as, but not limited to:
o Fire Protective Structural Tunics & Trousers
o Fire Protective Wildland Tunics & Trousers
o Fire Protective Rescue Tunics & Trousers
o Fire Protective USAR/Technical Tunics & Trousers
o Fire Protective High Volume Pump Jacket & Over trousers
o Fire Protective Flame-Retardant Wear
Hoods
Snoods
Overalls – One or Two Piece
Underwear
Socks
o HAZMAT (Hazardous Materials) & chemical Protective Clothing
Gas Tight Suits
Liquid tight suits
Chemical Protective Gloves
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality, Delivery and Customer Service
/ Weighting: 50%
Quality criterion: Sustainability, Net Zero and Social Value
/ Weighting: 20%
Cost criterion: Cost
/ Weighting: 30%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2024
End:
31/08/2028
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this framework will be renewed after 3.5 years from the commencement date.
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
Fire Protective Gear – Plus Optional Managed Service
II.2.2) Additional CPV code(s)
18100000
18143000
18424000
18440000
18800000
35113400
35811100
50413200
75250000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for the provisions of fire protective gear such as, but not limited to:
o 2.1 Fire Protective Helmets & Associated Products
o 2.2 Fire Protective Gloves
o 2.3 Fire Protective Boots & Specialist Footwear
This Lot is a Sub-Lotted Lot.
Customers reserve the right to publish a Further Competition to all Providers on this Lot or any one Sub-Lot depending on their requirement.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality, Delivery and Customer Service
/ Weighting: 50%
Quality criterion: Sustainability, Net Zero and Social Value
/ Weighting: 20%
Cost criterion: Cost
/ Weighting: 30%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2024
End:
31/08/2028
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this framework will be renewed after 3.5 years from the commencement date.
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
Firefighter Complete Head to Toe Ensemble – Plus Optional Managed Service
II.2.2) Additional CPV code(s)
18000000
18100000
18424000
18440000
18800000
35113400
35811100
50413200
75250000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for the provisions of head to toe ensemble such as, but not limited to:
o Fire Protective Structural Tunics & Trousers
o Fire Protective Wildland Tunics & Trousers
o Fire Protective Rescue Tunics & Trousers
o Fire Protective USAR/Technical Tunics & Trousers
o Fire Protective High Volume Pump Jacket & Over trousers
o Fire Protective Flame-Retardant Wear
Hoods
Snoods
Overalls – One or Two Piece
Underwear
Socks
o Fire Protective Helmets & Associated Products
o 2.2 Fire Protective Gloves
o 2.3 Fire Protective Boots & Specialist Footwear
Auto award Lot based on Lot 1 Fire Protective Clothing – Including Tunics, Trousers & Fire-Retardant Wear – Plus Optional Managed Service and Lot 2 Fire Protective Gear – Including Helmets, Gloves, Boots – Plus Optional Managed Service Providers.
This Lot supports a customer requirement where a range of goods is required. Customers have the ability to publish a single Further Competition to all Providers who have been awarded on to Lot 1 and/or Lot 2.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality, Delivery and Customer Service
/ Weighting: 50%
Quality criterion: Sustainability, Net Zero and Social Value
/ Weighting: 20%
Cost criterion: Cost
/ Weighting: 30%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2024
End:
31/08/2028
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this framework will be renewed after 3.5 years from the commencement date.
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
Firefighter Fully Leased Managed Service
II.2.2) Additional CPV code(s)
18000000
18100000
18424000
18440000
18800000
50413200
75250000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for the provisions of a fully leased managed service covering elements such as, but not limited to:
o Provisions of PPE
o Project Plan
o Measuring Service
o Wardrobe Management
o Product Identification
o Life & Tracking
o Bespoke Items
o Replacement Items
o Loan Stock
o Resilience
o Information, Instructions & Training
o Laundry & Repair
o Leavers Process
o Management Information
o Customer Service Including Technical Meetings/Refresh
o Recycling Service
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality, Delivery and Customer Service
/ Weighting: 50%
Quality criterion: Sustainability, Net Zero and Social Value
/ Weighting: 20%
Cost criterion: Cost
/ Weighting: 30%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2024
End:
31/08/2028
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this framework will be renewed after 3.5 years from the commencement date.
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
Breathing Apparatus & Associated Products – Plus Optional Managed Service
II.2.2) Additional CPV code(s)
35111100
75250000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for the provisions of equipment such as, but not limited to:
o SCBA – Self Contained Breathing Apparatus
o Cylinders Cover
o Closed Circuit Breathing Apparatus
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality, Delivery and Customer Service
/ Weighting: 50%
Quality criterion: Sustainability, Net Zero and Social Value
/ Weighting: 20%
Cost criterion: Cost
/ Weighting: 30%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2024
End:
31/08/2028
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this framework will be renewed after 3.5 years from the commencement date.
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
Police, Security and Criminal Justice Protective Wear – Plus Optional Managed Service
II.2.2) Additional CPV code(s)
18000000
18100000
18220000
18400000
18410000
18440000
18800000
35000000
35113400
35811200
35812000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for the provisions of protective wear such as, but not limited to:
o Headwear & Helmets & Associated Products
Specialist PPE
Ballistic
Public Order
o Gloves & Gauntlets
o Boots & Specialist Police Footwear
o Limb Protectors
Chest & Back Protectors
Shoulder and Upper Arm Guards
Knee Guards
Elbow Guards
Metatarsal Guards
Groin Guards
Public Order Suits & Underwear
o Police Dog Wear
Slash & Stab Vest
Muzzles
Harnesses
o Training Suits
Dog Training Clothing/Guards
Control and Restraint Training Aid Suits
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality, Delivery and Customer Service
/ Weighting: 50%
Quality criterion: Sustainability, Net Zero and Social Value
/ Weighting: 20%
Cost criterion: Cost
/ Weighting: 30%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2024
End:
31/08/2028
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this framework will be renewed after 3.5 years from the commencement date.
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
Body Armour, Tactical Vests & Associated Accessories - Plus Optional Managed Service
II.2.2) Additional CPV code(s)
18100000
35000000
35113400
35811200
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for the provisions of protective wear such as, but not limited to:
o Ballistic Protection
o Slash & Stab Resistant
o Taser and Special Threat Resistant
o Molle Covers
o Non-ballistic/stab Tactical/Utility Vests and accessories
o Associated Accessories such as Body Armour Bags
o Police Dog Wear
Ballistic Vest
Slash & Stab Resistant Vest
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality, Delivery and Customer Service
/ Weighting: 50%
Quality criterion: Sustainability, Net Zero and Social Value
/ Weighting: 20%
Cost criterion: Cost
/ Weighting: 30%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2024
End:
31/08/2028
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this framework will be renewed after 3.5 years from the commencement date.
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
Personal Protection Equipment for Public Order Situations
II.2.2) Additional CPV code(s)
35200000
35812000
35815000
37453700
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for the provisions personal protective equipment such as, but not limited to:
o 8.1 Batons, Holders, Mountings & Carriage Systems Including Optional Repair and Disposal Service
o 8.2 Handcuffs, Straps & Restraint Equipment & Holders
o 8.3 Shields, Guards, Helmets & Accessories
This Lot is a Sub-Lotted Lot.
Customers reserve the right to publish a Further Competition to all Providers on this Lot or any one Sub-Lot depending on their requirement.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality, Delivery and Customer Service
/ Weighting: 50%
Quality criterion: Sustainability, Net Zero and Social Value
/ Weighting: 20%
Cost criterion: Cost
/ Weighting: 30%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2024
End:
31/08/2028
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this framework will be renewed after 3.5 years from the commencement date.
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
Specialist Cycle & Mounted Wear – Plus Optional Managed Service
II.2.2) Additional CPV code(s)
18000000
18100000
18410000
18424000
18440000
18800000
35113400
35811200
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for the provisions of protective wear such as, but not limited to:
o Motorcycle Wear
Motorcycle Boots
Motorcycle Gloves
Motorcycle Jackets
Motorcycle Helmets
Motorcycle Trousers
Motorcycle One/Two-Piece Suits
o Cyclist Wear
Cycle Helmet
Cycle Eye Protection
Cycle Gloves
Cycle Jacket – High Visibility
Anatomical Pants
Cycle Trousers/Over Trousers
o Mounted PPE
Riding Boots
Riding/Equestrian Clothing
Riding Helmet
Mounted Persons Limb Protectors
Horse Eye & Limb Protectors
Horse Saddle
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality, Delivery and Customer Service
/ Weighting: 50%
Quality criterion: Sustainability, Net Zero and Social Value
/ Weighting: 20%
Cost criterion: Cost
/ Weighting: 30%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2024
End:
31/08/2028
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this framework will be renewed after 3.5 years from the commencement date.
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
Body Worn Video Cameras, Communication Devices & Associated Products/Services
II.2.2) Additional CPV code(s)
32344210
38651200
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for the provisions of equipment such as, but not limited to:
o Body worn cameras – video and/or audio
o Body worn radios
o Earpieces
o Fireground Radio’s
o Associated software – Storage management of digital devices
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality, Delivery and Customer Service
/ Weighting: 50%
Quality criterion: Sustainability, Net Zero and Social Value
/ Weighting: 20%
Cost criterion: Cost
/ Weighting: 30%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2024
End:
31/08/2028
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this framework will be renewed after 3.5 years from the commencement date.
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
Healthcare & Ambulance Paramedic/Technician Uniform – Plus Optional Managed Service
II.2.2) Additional CPV code(s)
18100000
18220000
18400000
18424000
18440000
18800000
33199000
35113400
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for the provisions of uniform such as, but not limited to:
o Healthcare Tunics & Scrubs
o Nurses Uniforms
o Laboratory Coats (White)
o Care Worker Uniforms
o Healthcare Footwear Including White Lab Shoes/Boots
o Paramedic/Ambulance Polo Shirt
o Paramedic/Ambulance Jacket & Trousers
o Healthcare Helmet Including Torch & Bags
o Bags and carrying systems
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality, Delivery and Customer Service
/ Weighting: 50%
Quality criterion: Sustainability, Net Zero and Social Value
/ Weighting: 20%
Cost criterion: Cost
/ Weighting: 30%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2024
End:
31/08/2028
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this framework will be renewed after 3.5 years from the commencement date.
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: 12
II.2.1) Title
Uniform & Workwear Including Station, Corporate & Workshop Wear – Plus Optional Managed Service
II.2.2) Additional CPV code(s)
18000000
18100000
18200000
18220000
18222000
18400000
18412000
18412100
18424000
18440000
18800000
35811100
35811200
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for the provisions of clothing such as, but not limited to:
o Station Wear
Shirt with collar
Rig Shirt, Lightweight or Heavy, Open Necked, Short Sleeved
Ties
Epaulettes and Sliders (inc High Visibility)
Trousers – Work Rig, Light or Heavy Weight
Belt – Leather with FRS Buckle
T-shirt – Wicking or Cotton
Polo Shirt
Sweatshirt
Underwear (inc thermal)
Station Wear Footwear
Socks – Black, 100% Cotton Lightweight or Heavyweight
Fleece Jacket
Soft Shell 3 in 1 Jacket
Hat/Headwear
Cadet Uniform
Gloves – Leather / other
Insignia & Name Badges
o Corporate Clothing
Ladies straight skirt
Men’s Shirts & Trousers
Ties
Scarfs
Ladies Blouses & Trousers
Maternity Wear
Male or Female Suit Jacket
Corporate Footwear
o Workwear/Workshop/Garage Wear
Coveralls, cargo trousers, action / multi pocket trousers, work trousers suitable for all work environments such as highways, landscaping, construction, catering, transport, railways and may include hi viz and flameproof
Specialist Gloves/Gauntlets - Including. thermal; Handling; needle stick; use with smart phone etc
Wet weather gear - soft shell 3 in 1 jacket – fleece, wet weather trousers – black, wet weather jacket – black, wet weather trousers
PPE Footwear
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality, Delivery and Customer Service
/ Weighting: 50%
Quality criterion: Sustainability, Net Zero and Social Value
/ Weighting: 20%
Cost criterion: Cost
/ Weighting: 30%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2024
End:
31/08/2028
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this framework will be renewed after 3.5 years from the commencement date.
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: 13
II.2.1) Title
Undress Uniform & Ceremonial Wear – Plus Optional Loan Service
II.2.2) Additional CPV code(s)
18000000
18100000
18400000
18410000
18424000
18440000
18800000
35811100
35811200
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for the provisions of clothing such as, but not limited to:
o Ceremonial Jacket – Male or Female – Firefighter or Police Officer
o Ceremonial Trousers – Male or Female – Firefighter or Police Officer
o Shirt, Light Blue (Pilot Style) – Male or Female
o Shirt, White (Pilot Style) – Male or Female
o Ties
o Headwear Including Helmets; berets; Caps
o White Ceremonial Gloves
o Loan service/dry cleaning/alteration services
Provider Dependant – Optional loan/leasing service
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality, Delivery and Customer Service
/ Weighting: 50%
Quality criterion: Sustainability, Net Zero and Social Value
/ Weighting: 20%
Cost criterion: Cost
/ Weighting: 30%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2024
End:
31/08/2028
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this framework will be renewed after 3.5 years from the commencement date.
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: 14
II.2.1) Title
Accessories & Accoutrements
II.2.2) Additional CPV code(s)
18000000
18100000
18440000
35811100
35811200
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for the provisions of items such as, but not limited to:
o Warrant Card Holders (option of badging and braille bar)
o Baton Holder (need to be able to fit various carriage solutions e.g. Utility Belt; MOLLE body armour covers and plain body armour covers)
o Handcuff Pouch (need to be able to fit various carriage solutions e.g. Utility Belt; MOLLE body armour covers and plain body armour covers)
o Document Wallet/Pocket Notebook Covers
o Irritant Spray Holder (need to be able to fit various carriage solutions e.g. Utility Belt; MOLLE body armour covers and plain body armour covers)
o Uniform Belt
o Utility Belt
o Thermal Hat (with embroidery options)
o Neck Tube
o Balaclava
o Snood
o Gaiters
o Rucksack (Range of Sizes)
o Kitbags (Range of Sizes)
o Holdalls (Range of Sizes)
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality, Delivery and Customer Service
/ Weighting: 50%
Quality criterion: Sustainability, Net Zero and Social Value
/ Weighting: 20%
Cost criterion: Cost
/ Weighting: 30%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2024
End:
31/08/2028
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this framework will be renewed after 3.5 years from the commencement date.
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: 15
II.2.1) Title
General Laundry Services
II.2.2) Additional CPV code(s)
98310000
98311100
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for the provisions of products and services such as, but not limited to:
o General Laundry Service
Uniform
Kit Bags
Sleeping Bags
Blankets
Towels
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality, Delivery and Customer Service
/ Weighting: 50%
Quality criterion: Sustainability, Net Zero and Social Value
/ Weighting: 20%
Cost criterion: Cost
/ Weighting: 30%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2024
End:
31/08/2028
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this framework will be renewed after 3.5 years from the commencement date.
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: 16
II.2.1) Title
Specialist Laundry & Decontamination – Including Products & Services
II.2.2) Additional CPV code(s)
98310000
98311100
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for the provisions of products and services such as, but not limited to:
o Specialist Laundry Service & Maintenance of Firefighters PPE Ensembles
Date garment collected
Type of garment (i.e. bunker, tunic, flash hood etc.)
Repair
No. of washes
No. of patches
Condemned item (and reason for condemning)
Date garment returned to customer
o Specialist Laundry Service & Maintenance of Other PPE Ensembles
Date garment collected
Type of garment (i.e Body Armour)
Repair
No. of washes
No. of patches
Condemned item (and reason for condemning)
Date garment returned to customer
o Contaminated Laundry Service
Custody blankets
Blankets & Bedding
Clothing
Lab coats
Towels & Aprons
Automotive workwear
o Decontamination Service and Equipment
Decontamination Laundry Service
Decontamination Machines for Clothing & Equipment
Decontamination Associated Products
Decontamination for Equipment
Decontamination for Personnel such as Wipes, Showering Product
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality, Delivery and Customer Service
/ Weighting: 50%
Quality criterion: Sustainability, Net Zero and Social Value
/ Weighting: 20%
Cost criterion: Cost
/ Weighting: 30%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2024
End:
31/08/2028
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this framework will be renewed after 3.5 years from the commencement date.
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
There is a possibility that this framework will be renewed after 3.5 years from the commencement date.
YPO are purchasing on the behalf of other contracting authorities. Please see the below link
for details: https://www.ypo.co.uk/about/customers/permissible-users .
YPO will incorporate a standstill period at the point of notification of the award of the contract
is provided to all bidders. The standstill period will be for a minimum of 10 calendar days, and
provides time for unsuccessful tenderers to challenge the award decision before the contract
is entered into. The Public Contracts Regulations 2015 provide for aggrieved parties who
have been harmed or are at risk of harm by a breach of the rules to take action in the High
Court (England, Wales and Northern Ireland).