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

YPO - 001204 Supply of PPE Workwear, Uniform and Managed Services

  • First published: 22 March 2024
  • Last modified: 22 March 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-044b75
Published by:
YPO
Authority ID:
AA24923
Publication date:
22 March 2024
Deadline date:
07 May 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

YPO are looking for Providers to be appointed onto a Framework Agreement for the provision of PPE Workwear, Uniform and Managed Services. The Framework is designed to meet the needs of all public sector organisations which includes YPO’s internal requirements.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

YPO

41 Industrial Park

Wakefield

WF2 0XE

UK

Contact person: Contracts Team

Telephone: +44 1924664685

E-mail: contracts@ypo.co.uk

NUTS: UKE45

Internet address(es)

Main address: http://www.ypo.co.uk/

Address of the buyer profile: http://www.ypo.co.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://procontract.due-north.com/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.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

YPO - 001204 Supply of PPE Workwear, Uniform and Managed Services

Reference number: 001204

II.1.2) Main CPV code

18100000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

YPO are looking for Providers to be appointed onto a Framework Agreement for the provision of PPE Workwear, Uniform and Managed Services. The Framework is designed to meet the needs of all public sector organisations which includes YPO’s internal requirements.

II.1.5) Estimated total value

Value excluding VAT: 100 000 000.00  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

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

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:

Organisations must ensure that they are not in breach of any of the mandatory or discretionary exclusions contained in Regulation 57 of the Public Contracts Regulations 2015. Please refer to the

Tender Documentation/ Online Tender located on our E-Procurement system. The web address can be found under ‘Procurement Documents’ in ‘Communication’ section in this notice.

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

III.2.2) Contract performance conditions

Please refer to the Framework Agreement Terms and Conditions located on our E-Procurement system. The web address can be found under Procurement Documents in ‘Communication’ Section in this notice.

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.

Justification for any framework agreement duration exceeding 4 years:

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 07/05/2024

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: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 07/05/2024

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:

There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

VI.3) Additional information

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).

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

London

UK

VI.5) Date of dispatch of this notice

21/03/2024

Coding

Commodity categories

ID Title Parent category
37453700 Batons Track sports equipment
35111100 Breathing apparatus for firefighting Firefighting equipment
38651200 Camera bodies Cameras
18000000 Clothing, footwear, luggage articles and accessories Materials and Products
35812000 Combat uniforms Individual equipment
18222000 Corporate clothing Weatherproof clothing
75250000 Fire-brigade and rescue services Provision of services to the community
35811100 Fire-brigade uniforms Individual equipment
18800000 Footwear Clothing, footwear, luggage articles and accessories
35815000 Garments for anti-ballistic protection Individual equipment
18424000 Gloves Clothing accessories
18440000 Hats and headgear Special clothing and accessories
98311100 Laundry-management services Laundry-collection services
33199000 Medical clothing Miscellaneous medical devices and products
18100000 Occupational clothing, special workwear and accessories Clothing, footwear, luggage articles and accessories
18200000 Outerwear Clothing, footwear, luggage articles and accessories
35200000 Police equipment Security, fire-fighting, police and defence equipment
35811200 Police uniforms Individual equipment
35113400 Protective and safety clothing Safety equipment
18143000 Protective gear Workwear accessories
32344210 Radio equipment Reception apparatus for radiotelephony or radiotelegraphy
50413200 Repair and maintenance services of firefighting equipment Repair and maintenance services of checking apparatus
35000000 Security, fire-fighting, police and defence equipment Defence and security
18410000 Special clothing Special clothing and accessories
18400000 Special clothing and accessories Clothing, footwear, luggage articles and accessories
18412000 Sportswear Special clothing
18412100 Tracksuits Sportswear
98310000 Washing and dry-cleaning services Miscellaneous services
18220000 Weatherproof clothing Outerwear

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:
contracts@ypo.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.