University of Bath is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Workwear & PPE - Framework |
Notice type: | Contract Notice |
Authority: | University of Bath |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | The University of Bristol, Bath and Northeast Somerset Council, North Somerset Council and the University of Bath are working in collaboration to pool their requirements for workwear and PPE. This has been broken down in to four lots, to form a framework agreement. Uniform PPE Footwear Emergency Services Up to 3 suppliers will be appointed to this framework agreement for the supply of these products. There is an emphasis on sustainability and social value for this assignment. |
Published: | 14/03/2022 15:18 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
University of Bristol, Bath & Northeast Somerset Council, North Somerset Council & University of Bath
Claverton Down, Bradford-on-Avon, BA15 2DL, United Kingdom
Tel. +44 1225386939, Email: lmr39@bath.ac.uk
Contact: Louise Rudall
Main Address: www.bath.ac.uk
NUTS Code: UKK1
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
Access to the procurement documents is restricted. Further information can be obtained at: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=675328586
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=675328586 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: Not provided
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: Workwear & PPE - Framework
Reference Number: WWP-1019-001-PC_1895
II.1.2) Main CPV Code:
18100000 - Occupational clothing, special workwear and accessories.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The University of Bristol, Bath and Northeast Somerset Council, North Somerset Council and the University of Bath are working in collaboration to pool their requirements for workwear and PPE. This has been broken down in to four lots, to form a framework agreement.
Uniform
PPE
Footwear
Emergency Services
Up to 3 suppliers will be appointed to this framework agreement for the supply of these products. There is an emphasis on sustainability and social value for this assignment.
II.1.5) Estimated total value:
Value excluding VAT: 980,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: maximum number of lots: 2
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Uniform
Lot No: 1
II.2.2) Additional CPV codes:
18100000 - Occupational clothing, special workwear and accessories.
II.2.3) Place of performance:
UKK1 Gloucestershire, Wiltshire and Bristol/Bath area
II.2.4) Description of procurement: Lot 1 - Uniform
Up to 3 suppliers will be appointed to this framework agreement for the supply of uniform. Uniform is defined as clothing suitable for a range of roles & professions at the Contracting Authority's organisations. The garments must be supplied in a wide range of colours and sizes, suitable for all genders. There is an emphasis on sustainability and social value for this assignment.
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: 686,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/S7SC7K7S69
II.2) Description Lot No. 2
II.2.1) Title: PPE
Lot No: 2
II.2.2) Additional CPV codes:
18100000 - Occupational clothing, special workwear and accessories.
II.2.3) Place of performance:
UKK1 Gloucestershire, Wiltshire and Bristol/Bath area
II.2.4) Description of procurement: Lot 2 - PPE
Up to 3 suppliers will be appointed to this framework agreement for the supply of PPE. PPE is defined as personal safety products suitable for a range of roles & professions at the Contracting Authority's organisations, such as HiVis, chainsaw garments, heavy duty gloves etc. This does not include disposable vinyl gloves/aprons etc. The products must be available in a range of colours and sizes (where applicable), suitable for all genders. There is an emphasis on sustainability and social value for this assignment.
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: 98,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
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
II.2) Description Lot No. 3
II.2.1) Title: Footwear
Lot No: 3
II.2.2) Additional CPV codes:
18100000 - Occupational clothing, special workwear and accessories.
II.2.3) Place of performance:
UKK1 Gloucestershire, Wiltshire and Bristol/Bath area
II.2.4) Description of procurement: Lot 3 - Footwear
Up to 3 suppliers will be appointed to this framework agreement for the supply of footwear. Footwear, to include safety boots/shoes suitable for a range of roles & professions at the Contracting Authority's organisations. The footwear must be available in a range of sizes, suitable for all genders. There is an emphasis on sustainability and social value for this assignment.
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: 146,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
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
II.2) Description Lot No. 4
II.2.1) Title: Emergency Services
Lot No: 4
II.2.2) Additional CPV codes:
18100000 - Occupational clothing, special workwear and accessories.
II.2.3) Place of performance:
UKK1 Gloucestershire, Wiltshire and Bristol/Bath area
II.2.4) Description of procurement: Lot 1 - Emergency Services
Up to 3 suppliers will be appointed to this framework agreement for the supply of goods for this Lot. Products will include body armour, standard 'police' style shirts, etc, suitable for security teams. The garments must be supplied in a wide range of sizes, suitable for all genders. There is an emphasis on sustainability and social value for this assignment.
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: 49,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
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:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
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
Selection criteria as stated in the procurement documents
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: No
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 12
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: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 11/04/2022 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: 11/04/2022
Time: 12:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 01/08/2025
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://www.delta-esourcing.com/tenders/UK-UK-Bradford-on-Avon:-Occupational-clothing%2C-special-workwear-and-accessories./S7SC7K7S69
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/S7SC7K7S69
VI.4) Procedures for review
VI.4.1) Review body:
University of Bath
Claverton Down, Bath, BA2 7AY, United Kingdom
Email: l.m.rudall@bath.ac.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 14/03/2022
Annex A