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

Defra Group Personal Protective Equipment (PPE)

  • First published: 26 March 2025
  • Last modified: 26 March 2025
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04e604
Published by:
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (Defra Network eTendering Portal)
Authority ID:
AA85878
Publication date:
26 March 2025
Deadline date:
25 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The requirement is for general Personal Protective Equipment (PPE) and Corporate Workwear for Defra and it’s 33 agencies/Non-Departmental Public Bodies (NDPB’s). Many of Defra’s and it’s Arm’s Length Bodies (ALB’s) staff work in the field and there are a wide variety of different terrains which need to be catered for.<br/><br/>This contract is to provide the means to order from an approved list of clothing and PPE. This will include basics such as branded polo tops and fleeces as well as more complex gear such as breathing apparatus and chainsaw trousers. The suppliers need to be able to cope in emergency situations e.g. disease outbreaks or floods to deliver large quantities quickly. <br/><br/>There is also an element of equipment and single use PPE such as mops, brushes and disposable gloves and masks.<br/>We are keen to promote high sustainability standards in the market and have divided the requirement into Lots to encourage Small and Medium Enterprises (SME’s) to apply.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (Defra Network eTendering Portal)

Seacole Building, 2 Marsham Street

London

SW1P 4DF

UK

Contact person: Robin Woodhouse

Telephone: +44 2080263976

E-mail: robin.woodhouse@defra.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs

Address of the buyer profile: https://defra-family.force.com/s/Welcome

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://defra-family.force.com/s/Welcome


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://defra-family.force.com/s/Welcome


Tenders or requests to participate must be sent to the abovementioned address


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://defra-family.force.com/s/Welcome


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Environment

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Defra Group Personal Protective Equipment (PPE)

Reference number: C28117

II.1.2) Main CPV code

35113400

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The requirement is for general Personal Protective Equipment (PPE) and Corporate Workwear for Defra and it’s 33 agencies/Non-Departmental Public Bodies (NDPB’s). Many of Defra’s and it’s Arm’s Length Bodies (ALB’s) staff work in the field and there are a wide variety of different terrains which need to be catered for.<br/><br/>This contract is to provide the means to order from an approved list of clothing and PPE. This will include basics such as branded polo tops and fleeces as well as more complex gear such as breathing apparatus and chainsaw trousers. The suppliers need to be able to cope in emergency situations e.g. disease outbreaks or floods to deliver large quantities quickly. <br/><br/>There is also an element of equipment and single use PPE such as mops, brushes and disposable gloves and masks.<br/>We are keen to promote high sustainability standards in the market and have divided the requirement into Lots to encourage Small and Medium Enterprises (SME’s) to apply.

II.1.5) Estimated total value

Value excluding VAT: 17 500 000.00  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: Lot 1

II.2.1) Title

Lot 1 - General Clothing

II.2.2) Additional CPV code(s)

35113400

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Due to seasonal work, summer clothing options should be lightweight, water resistant, with sweat wicking options, and have an ultraviolet protection factor (UPF). Cotton options for those with allergies to polyester should also be available. Winter options need to be able to withstand all weather conditions, be waterproof and be compatible with other items for layering as staff are exposed to all weather conditions for long periods of the day.<br/>This Lot also includes corporate workwear which may be branded with our corporate logos.<br/><br/>Defra organisations have a high percentage of female employees. It is essential that all PPE and clothing is provided for women at the same level as men. Women need to feel secure, protected and at ease whilst performing their duties, but also visible to those operating around them. In addition to suitable fitting PPE and clothing comfort is a key aspect. Special bespoke order alternatives may be required from time to time on religious or ethnic grounds, pregnancy, allergy sufferers and for those who do not meet the normal sizing ranges.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 7 979 000.00  GBP

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

Start: 01/04/2026

End: 31/03/2031

This contract is subject to renewal: Yes

Description of renewals:

3 + 2 years. Option to extend for additional 2 years after the initial 3 to 31/3/31.

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: Lot 2

II.2.1) Title

Lot 2 - Personal Protective Equipment (PPE)

II.2.2) Additional CPV code(s)

35113400

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Range of equipment including face masks and respirators. APHA use Sundstrom RPE. Wide range of gloves, e.g. nitrile disposable, vinyl, chemical protection, thermal, touch screen, cut protection, needle protection, work gloves and virus-resistant gloves. Helmets & hats, safety glasses, face shields and ear defenders

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 3 175 000.00  GBP

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

Start: 01/04/2026

End: 31/03/2031

This contract is subject to renewal: Yes

Description of renewals:

3+2 years. Option to renew for additional 2 years after the initial 3.

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: Lot 3

II.2.1) Title

Lot 3 - Footwear

II.2.2) Additional CPV code(s)

18830000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Various types of footwear including safety shoes, shoes able to withstand disinfection, insulated shoes to withstand sever cold, safety waders, walking boots and walking wellingtons.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 2 920 000.00  GBP

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

Start: 01/04/2026

End: 31/03/2031

This contract is subject to renewal: Yes

Description of renewals:

3+2 years. Option to renew for a further 2 years after the initial 3 years.

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: Lot 4

II.2.1) Title

Lot 4 - Equipment

II.2.2) Additional CPV code(s)

35113000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UK

II.2.4) Description of the procurement

Various pieces of PPE equipment including gas monitors, dry suits, first aid equipment, spill kits and biosecurity kits.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 3 435 000.00  GBP

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

Start: 01/04/2026

End: 31/03/2031

This contract is subject to renewal: Yes

Description of renewals:

3+2 years. Options to renew additional 2 years after the initial 3 years.

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.1.2) 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

Restricted procedure

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: 25/03/2025

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 12/05/2025

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

Tender must be valid until: 31/12/2025

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

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

Public Procurement Review Body

N/A

N/A

N/A

UK

E-mail: publicprocurementreview@cabinetoffice.gov.uk

Internet address(es)

URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

VI.4.2) Body responsible for mediation procedures

Public Procurement Review Body

N/A

N/A

N/A

UK

E-mail: publicprocurementreview@cabinetoffice.gov.uk

Internet address(es)

URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

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

Public Procurement Review Body

N/A

N/A

N/A

UK

E-mail: publicprocurementreview@cabinetoffice.gov.uk

Internet address(es)

URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

VI.5) Date of dispatch of this notice

21/02/2025

Coding

Commodity categories

ID Title Parent category
35113400 Protective and safety clothing Safety equipment
18830000 Protective footwear Footwear
35113000 Safety equipment Firefighting, rescue and safety equipment

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:
robin.woodhouse@defra.gov.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.