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

Supply and Delivery of Personal Protective Equipment (Industrial and Clinical) and Corporate Workwear/Uniforms

  • First published: 22 November 2023
  • Last modified: 22 November 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-041b5c
Published by:
Leeds City Council - PACS
Authority ID:
AA80825
Publication date:
22 November 2023
Deadline date:
20 December 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Industrial Personal Protection Equipment (PPE) - all equipment which is worn or held to protect against risks to health or safety. The main legislation governing PPE at work is the Personal Protective Equipment at Work (Amendment) Regulations 2022. PPE includes the following, when worn for health and safety protection:

(a) Protective clothing (e.g. aprons, gloves, footwear, helmets, high visibility clothing this includes high visibility clothing which gives protection against the weather).

(b) Protective equipment (e.g. eye protectors, respirators, ear defenders, safety harnesses, first aid requirements).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Leeds City Council - PACS

Civic Hall

Leeds

LS11UR

UK

Contact person: Philippa Elliott

Telephone: +44 1133785882

E-mail: philippa.elliott@leeds.gov.uk

NUTS: UKE42

Internet address(es)

Main address: https://www.leeds.gov.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://yortender.eu-supply.com/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://yortender.eu-supply.com/


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Supply and Delivery of Personal Protective Equipment (Industrial and Clinical) and Corporate Workwear/Uniforms

Reference number: 79899

II.1.2) Main CPV code

18222000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The Council is seeking to appoint suppliers who are able to provide a high quality and value for money service in the provision of Personal Protective Equipment and corporate workwear to all Leeds City Council services.

II.1.5) Estimated total value

Value excluding VAT: 3 600 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 - Personal Protective Equipment (Industrial clothing and equipment)

II.2.2) Additional CPV code(s)

18100000

II.2.3) Place of performance

NUTS code:

UKE42


Main site or place of performance:

Leeds geographical area

II.2.4) Description of the procurement

Industrial Personal Protection Equipment (PPE) - all equipment which is worn or held to protect against risks to health or safety. The main legislation governing PPE at work is the Personal Protective Equipment at Work (Amendment) Regulations 2022. PPE includes the following, when worn for health and safety protection:

(a) Protective clothing (e.g. aprons, gloves, footwear, helmets, high visibility clothing this includes high visibility clothing which gives protection against the weather).

(b) Protective equipment (e.g. eye protectors, respirators, ear defenders, safety harnesses, first aid requirements).

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: 1 800 000.00  GBP

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 framework will be renewed at the end of the contract period.

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: Yes

Description of options:

Initial contract period 36 months plus 1 x 12 months extension.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Suppliers must be capable of receiving electronic orders by making their catalogue available on-line. The e-ordering system must distinguish between users and delivery points. It must have capability for the Council to authorise orders and have the ability to restrict buyer choice to only the core product list.

Lot No: 2

II.2.1) Title

Lot 2 Clinical Personal Protective Equipment (PPE)

II.2.2) Additional CPV code(s)

18100000

II.2.3) Place of performance

NUTS code:

UKE42


Main site or place of performance:

Leeds geographical area.

II.2.4) Description of the procurement

PPE means all equipment which is worn or held to protect against risks to health or safety. The main legislation governing PPE at work is the Personal Protective Equipment at Work (Amendment) Regulations 2022. PPE includes the following, when worn for health and safety protection:-

(a) Protective clothing (e.g. aprons, gloves, footwear).

(b) Protective equipment (e.g. eye protectors, face masks, respirators, first aid requirements & hand sanitisers).

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: 1 400 000.00  GBP

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 will be renewed at the end of the contract period.

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: Yes

Description of options:

Initial contract period 36 months plus 1 x 12 months extension.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Suppliers must be capable of receiving electronic orders by making their catalogue available on-line. The e-ordering system must distinguish between users and delivery points. It must have capability for the Council to authorise orders and have the ability to restrict buyer choice to only the core product list.

Lot No: 3

II.2.1) Title

Lot 3 Corporate workwear & uniforms

II.2.2) Additional CPV code(s)

18100000

II.2.3) Place of performance

NUTS code:

UKE42


Main site or place of performance:

Leeds geographical area

II.2.4) Description of the procurement

Corporate workwear is clothing worn by staff of the organisation participating in that organisation's activity. This includes corporate uniforms and durable heavy duty clothing for manual roles in the workplace which provides a distinctive corporate image (this includes clothing, which gives protection against the weather, where a high visibility product is not required). These items may be branded with the Leeds City Council Logo and/or corporate colours or unbranded, but with an agreed tax tag.

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: 440 000.00  GBP

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 will be renewed at the end of the contract period.

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: Yes

Description of options:

Initial contract period 36 months plus 1 x 12 months extension.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Suppliers must be capable of receiving electronic orders by making their catalogue available on-line. The e-ordering system must distinguish between users and delivery points. It must have capability for the Council to authorise orders and have the ability to restrict buyer choice to only the core product list.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open 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: 20/12/2023

Local time: 12:00

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: 20/12/2023

Local time: 13:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

November 2027

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

Interested parties can download the Standard Selection Questionnaire and Tender documentation directly from https://www.yortender.eu-supply.com by using the scheme number 79899.

Requests for documentation should not be made by telephone or e-mail. The documentation should be completed and returned by no later than the deadline specified in IV.2.2. Late submissions will not be accepted.

VI.4) Procedures for review

VI.4.1) Review body

The High Court of Justice

The Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further information from the contracting authority before the contract is entered into.

Such additional information should be requested from the addressee found in I.1. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (SI 2015 No 102) 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). Any such action must be brought promptly (within 30 days beginning with the date when the economic operator first knew or ought to have known that grounds for such action had arisen).

Where a contract has not been entered into the court may order the setting aside of the award decision or order the authority to amend any document and may award damages. Following the correct implementation of a10 day standstill period and publication of appropriate notices the court may only award damages once the contract has been entered into

VI.5) Date of dispatch of this notice

20/11/2023

Coding

Commodity categories

ID Title Parent category
18222000 Corporate clothing Weatherproof clothing
18100000 Occupational clothing, special workwear and accessories Clothing, footwear, luggage articles 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:
philippa.elliott@leeds.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.