DVSA is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Supply of Motorcycle Personal Protective Equipment (PPE) |
Notice type: | Contract Notice |
Authority: | DVSA |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | The Driver and Vehicle Standards Agency (DVSA) requires the provision of motorcycle PPE for its 234 motorcycle examiners. To view the requirement and Invitation to Tender please see the following link: https://www.delta-esourcing.com/respond/N8AY79J66J |
Published: | 19/05/2020 18:16 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Driver and Vehicle Standards Agency
Berkeley House, Croydon Street, Bristol, BS5 0DA, United Kingdom
Tel. +44 7831401826, Email: Tom.Hatherley@DVSA.GOV.UK
Contact: Tom Hatherley
Main Address: https://www.gov.uk/government/organisations/driver-and-vehicle-standards-agency
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/respond/N8AY79J66J
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/N8AY79J66J 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://www.delta-esourcing.com/respond/N8AY79J66J
I.4) Type of the contracting authority
National or federal agency/office
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Supply of Motorcycle Personal Protective Equipment (PPE)
Reference Number: K280020732
II.1.2) Main CPV Code:
35113400 - Protective and safety clothing.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The Driver and Vehicle Standards Agency (DVSA) requires the provision of motorcycle PPE for its 234 motorcycle examiners. To view the requirement and Invitation to Tender please see the following link: https://www.delta-esourcing.com/respond/N8AY79J66J
II.1.5) Estimated total value:
Value excluding VAT: 495,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
18444000 - Protective headgear.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: DVSA conduct motorcycle riding tests for candidates wishing to obtain entitlement to ride motorcycles on public roads.
DVSA sets high quality standards for the clothing our riders wear, safety for the wearer is important.
This is an opportunity for a supplier to provide Motorcycle PPE for DVSAs motorcycle riders who are seen by all new motorcycle riders and their instructors.
We are seeking CE approved PPE, to include (but not limited to) jackets, trousers, boots, gloves, under-garments, motorcycle helmets, helmet accessories and branded hi-vis jackets.
DVSA currently has 234 examiners with PPE requirements that will require ongoing replacement.
To tender for this opportunity, please see the Invitation To Tender (ITT) at the following link: https://www.delta-esourcing.com/respond/N8AY79J66J
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: 495,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 24/08/2020 / End: 23/08/2023
This contract is subject to renewal: Yes
Description of renewals: The duration of this contract will be 3 years with an optional extension period of up to 12 months subject to the requirements of the DVSA.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
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:
Please refer to the procurement documents
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2020/S 52 - 124918
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 17/06/2020 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3
IV.2.7) Conditions for opening of tenders:
Date: 17/06/2020
Time: 12:05
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://dft.delta-esourcing.com/tenders/UK-UK-Bristol:-Protective-and-safety-clothing./N8AY79J66J
To respond to this opportunity, please click here:
https://dft.delta-esourcing.com/respond/N8AY79J66J
VI.4) Procedures for review
VI.4.1) Review body:
DfT
Longview Road, null, Swansea, SA6 7JL, United Kingdom
Tel. +44 1792384648
VI.4.2) Body responsible for mediation procedures:
DfT
Longview Road, null, Swansea, SA6 7JL, United Kingdom
Tel. +44 1792384648
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
DfT
Longview Road, null, Swansea, SA6 7JL, United Kingdom
Tel. +44 1792384648
VI.5) Date Of Dispatch Of This Notice: 19/05/2020
Annex A