Birmingham 2022 is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | PRO.WKF.0020 - The Design, Production and Supply of Uniforms |
Notice type: | Contract Notice |
Authority: | Birmingham 2022 |
Nature of contract: | Supplies |
Procedure: | Competitive Dialogue |
Short Description: | This opportunity is for the design, production and supply of uniforms for the lots detailed below. Lot 1 - Smart Casual Uniform and accessories – Games Workforce and Technical Officials Lot 2 - Structured Garments –Technical Officials Lot 3 – Queen’s Baton Relay uniform The successful supplier awarded a contract for each lot would be required to provide the service elements set out below. Further detail is provided in the procurement documents. •Design of the various types of uniform •Provision of technology for the collection of sizing data •Production/manufacture •Delivery/distribution Birmingham 2022 Commonwealth Games Organising Committee (OC) encourages companies to submit a response for one or all lots by the closing date detailed in the contract notice. |
Published: | 14/07/2020 11:49 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Birmingham 2022
One Brindley Place, Birmingham, B12JB, United Kingdom
Tel. +44 7947143186, Email: mohammed.yahiah@birmingham2022.com
Contact: Mohammed Yahiah
Main Address: https://www.birmingham2022.com/
NUTS Code: UKG3
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/tenders/UK-UK-Birmingham:-Occupational-clothing%2C-special-workwear-and-accessories./TPNSSWX7S6
Additional information can be obtained from: the abovementioned address
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: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Recreation, culture and religion
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: PRO.WKF.0020 - The Design, Production and Supply of Uniforms
Reference Number: PRO.WKF.0020
II.1.2) Main CPV Code:
18100000 - Occupational clothing, special workwear and accessories.
UB02-7 - Clothing
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: This opportunity is for the design, production and supply of uniforms for the lots detailed below.
Lot 1 - Smart Casual Uniform and accessories – Games Workforce and Technical Officials
Lot 2 - Structured Garments –Technical Officials
Lot 3 – Queen’s Baton Relay uniform
The successful supplier awarded a contract for each lot would be required to provide the service elements set out below. Further detail is provided in the procurement documents.
•Design of the various types of uniform
•Provision of technology for the collection of sizing data
•Production/manufacture
•Delivery/distribution
Birmingham 2022 Commonwealth Games Organising Committee (OC) encourages companies to submit a response for one or all lots by the closing date detailed in the contract notice.
II.1.5) Estimated total value:
Value excluding VAT: 2,167,413
Currency: 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
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lot 1, Lot 2 and Lot 3
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot 1 - Smart Casual Uniform and accessories – Games Workforce and Technical Officials
Lot No: Lot 1
II.2.2) Additional CPV codes:
18100000 - Occupational clothing, special workwear and accessories.
18110000 - Occupational clothing.
18222000 - Corporate clothing.
18400000 - Special clothing and accessories.
18420000 - Clothing accessories.
18300000 - Garments.
II.2.3) Place of performance:
UKG31 Birmingham
II.2.4) Description of procurement: The successful Supplier will be required to work with the OC’s Birmingham 2022 Uniform programme to create and deliver a Uniform solution that incorporates the following components:
•Design, style and technical concepts
•Manufacturing (including all fabric testing and all aspects of quality control) and
•Logistics (including warehousing and delivery)
The kit will be issued to all the entitled Games Workforce (staff and volunteers) and Technical Officials.
Two colour options for the apparel items (potentially above the waist only) will be required to differentiate the Games Workforce from the Technical Officials. All components must be included in the response.
The components and estimated quantities are detailed in the Procurement Documentation.
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: 1,918,552
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 23
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: This information is detailed in the procurement documentation
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
II.2) Description Lot No. 2
II.2.1) Title: Lot 2: Structured Garments – Team Officials
Lot No: Lot 2
II.2.2) Additional CPV codes:
18110000 - Occupational clothing.
18300000 - Garments.
18222000 - Corporate clothing.
18400000 - Special clothing and accessories.
18410000 - Special clothing.
18420000 - Clothing accessories.
II.2.3) Place of performance:
UKG31 Birmingham
II.2.4) Description of procurement: The successful Supplier will be required to work with the OC’s Birmingham 2022 Uniform programme to create and deliver a Uniform solution that incorporates the following components:
•Design, style and technical concepts
•Manufacturing (including all fabric testing and all aspects of quality control) and
•Logistics (including warehousing and delivery)
The structured garments will be issued to approximately 700 Team Officials. Bidders must include all these components in their tender response.
The components and estimated quantities are detailed in the procurement documentation.
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: 153,861
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 23
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: This information is contained in the procurement documentation
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
II.2) Description Lot No. 3
II.2.1) Title: Lot 3: Domestic Queens Baton Relay Uniform
Lot No: Lot 3
II.2.2) Additional CPV codes:
18000000 - Clothing, footwear, luggage articles and accessories.
18110000 - Occupational clothing.
18222000 - Corporate clothing.
18410000 - Special clothing.
18420000 - Clothing accessories.
18300000 - Garments.
II.2.3) Place of performance:
UKG31 Birmingham
II.2.4) Description of procurement: The successful Supplier will be required to work with the OC’s Birmingham 2022 Uniform programme to create and deliver a Uniform solution that incorporates the following components:
•Design, style and technical concepts
•Manufacturing (including all fabric testing and all aspects of quality control) and
•Logistics (including warehousing and delivery)
This kit will be issued to the Queen’s Baton Relay Domestic Security Team, Commonwealth Games Officials & Batonbearers. Two colour options will be required to differentiate the Queens Baton Relay Batonbearers from the Security Team, The “look” of these uniforms will be different to that of the workforce uniforms, reflecting the QBR branding. Bidders must include all these components in their tender response.
The components and indicative number of items required are detailed in the procurement documents
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: 95,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 23
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: This information is contained in the procurement documentation
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:
This information is detailed in the procurement documentation
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
This is detailed in the procurement documentation
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 COMPETITIVE_DIALOGUE
IV.1.1) Type of procedure:Competitive dialogue
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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
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 83 - 197868
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 14/08/2020 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 07/09/2020
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): 6
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 No
Electronic invoicing will be accepted No
Electronic payment will be used No
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.
All communications shall be in English. Any contract or agreement resulting from any invitation to tender will be considered as a contract made in England according to English Law and subject to the exclusive jurisdiction of the English courts.
The OC does not bind itself to accept any tender and reserves the right to accept any part of the tender unless the Tenderer expressly stipulates to the contrary. The Freedom of Information Act 2000 imposes a statutory obligation on public bodies to make information they are holding available on request. Tenderers should be aware of the OC's obligations under the Act, whereby information provided by Tenderers in response to this advertisement may be requested by a third party. The OC expressly reserves the right:
(i) to make whatever changes it may see fit to the content and structure of the procurement process;
(ii) to require further information or clarification from a Tenderer before considering its response;
(iii) to exclude a Tenderer from the procurement process if it is subsequently determined that any information supplied was inaccurate, incomplete or untrue and was relied upon for selection purposes;
(iv) to cancel this procurement at any stage; and
(v) not to award any Contract as a result of the procurement process commenced by publication of this notice.
Under no circumstances will the OC or any of its advisers, be liable for any costs or expenses borne by any Tenderer or any of its advisers in responding to this contract notice or at any stage in the process.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Occupational-clothing%2C-special-workwear-and-accessories./TPNSSWX7S6
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/TPNSSWX7S6
VI.4) Procedures for review
VI.4.1) Review body:
Birmingham 2022
Birmingham, United Kingdom
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: 14/07/2020
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Birmingham 2022
One Brindley Place, Birmingham, B12JB, United Kingdom
Tel. +44 7947143186, Email: mohammed.yahiah@birmingham2022.com
Contact: Mohammed Yahiah
Main Address: https://www.delta-esourcing.com/
NUTS Code: UKG3
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.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Recreation, culture and religion
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: PRO.WKF.0020 - The Design, Production and Supply of Uniforms
Reference number: PRO.WKF.0020
II.1.2) Main CPV code:
18100000 - Occupational clothing, special workwear and accessories.
UB02-7 - Clothing
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: This opportunity is for the design, production and supply of uniforms for the lots detailed below.
Lot 1 - Smart Casual Uniform and accessories – Games Workforce and Technical Officials
Lot 2 - Structured Garments –Technical Officials
Lot 3 – Queen’s Baton Relay uniform
The successful supplier awarded a contract for each lot would be required to provide the service elements set out below. Further detail is provided in the procurement documents.
•Design of the various types of uniform
•Provision of technology for the collection of sizing data
•Production/manufacture
•Delivery/distribution
Birmingham 2022 Commonwealth Games Organising Committee (OC) encourages companies to submit a response for one or all lots by the closing date detailed in the contract notice.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 2,438,575
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Lot 1 - Smart Casual Uniform and accessories – Games Workforce and Technical Officials
Lot No:Lot 1
II.2.2) Additional CPV code(s):
18100000 - Occupational clothing, special workwear and accessories.
18110000 - Occupational clothing.
18222000 - Corporate clothing.
18400000 - Special clothing and accessories.
18420000 - Clothing accessories.
18300000 - Garments.
II.2.3) Place of performance
Nuts code:
UKG31 - Birmingham
Main site or place of performance:
Birmingham
II.2.4) Description of the procurement: The successful Supplier will be required to work with the OC’s Birmingham 2022 Uniform programme to create and deliver a Uniform solution that incorporates the following components:
•Design, style and technical concepts
•Manufacturing (including all fabric testing and all aspects of quality control) and
•Logistics (including warehousing and delivery)
The kit will be issued to all the entitled Games Workforce (staff and volunteers) and Technical Officials.
Two colour options for the apparel items (potentially above the waist only) will be required to differentiate the Games Workforce from the Technical Officials. All components must be included in the response.
The components and estimated quantities are detailed in the Procurement Documentation.
II.2.5) Award criteria:
Quality criterion - Name: Technical / Weighting: 45
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Financial / Weighting: 45
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
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 2)
II.2.1) Title:Lot 2: Structured Garments – Team Officials
Lot No:Lot 2
II.2.2) Additional CPV code(s):
18110000 - Occupational clothing.
18300000 - Garments.
18222000 - Corporate clothing.
18400000 - Special clothing and accessories.
18410000 - Special clothing.
18420000 - Clothing accessories.
II.2.3) Place of performance
Nuts code:
UKG31 - Birmingham
Main site or place of performance:
Birmingham
II.2.4) Description of the procurement: The successful Supplier will be required to work with the OC’s Birmingham 2022 Uniform programme to create and deliver a Uniform solution that incorporates the following components:
•Design, style and technical concepts
•Manufacturing (including all fabric testing and all aspects of quality control) and
•Logistics (including warehousing and delivery)
The structured garments will be issued to approximately 700 Team Officials. Bidders must include all these components in their tender response.
The components and estimated quantities are detailed in the procurement documentation.
II.2.5) Award criteria:
Quality criterion - Name: Technical / Weighting: 45
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Financial / Weighting: 45
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
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 3)
II.2.1) Title:Lot 3: Domestic Queens Baton Relay Uniform
Lot No:Lot 3
II.2.2) Additional CPV code(s):
18000000 - Clothing, footwear, luggage articles and accessories.
18110000 - Occupational clothing.
18222000 - Corporate clothing.
18410000 - Special clothing.
18420000 - Clothing accessories.
18300000 - Garments.
II.2.3) Place of performance
Nuts code:
UKG31 - Birmingham
Main site or place of performance:
Birmingham
II.2.4) Description of the procurement: The successful Supplier will be required to work with the OC’s Birmingham 2022 Uniform programme to create and deliver a Uniform solution that incorporates the following components:
•Design, style and technical concepts
•Manufacturing (including all fabric testing and all aspects of quality control) and
•Logistics (including warehousing and delivery)
This kit will be issued to the Queen’s Baton Relay Domestic Security Team, Commonwealth Games Officials & Batonbearers. Two colour options will be required to differentiate the Queens Baton Relay Batonbearers from the Security Team, The “look” of these uniforms will be different to that of the workforce uniforms, reflecting the QBR branding. Bidders must include all these components in their tender response.
The components and indicative number of items required are detailed in the procurement documents
II.2.5) Award criteria:
Quality criterion - Name: Technical / Weighting: 45
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Financial / Weighting: 45
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
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Competitive Dialogue
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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 OJEU: 2020/S 136-335830
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: PRO.WKF.0020
Lot Number: 1
Title: Smart Casual Uniform and accessories – Games Workforce and Technical Officials
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 12/02/2021
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 3
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Incorporatewear Limited, 3240384
Edison Road, Hams Hall Distribution Park, Coleshill, Birmingham, B46 1DA, United Kingdom
NUTS Code: UKG31
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 2,129,560
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Proportion: 95%
Short description of the part of the contract to be subcontracted:
The manufacture of apparel garments, knitwear and accessories
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 2
Title: Structured Garments –Technical Officials
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 12/02/2021
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 3
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Incorporatewear Limited, 3240384
Edison Road, Hams Hall Distribution Park, Coleshill, Birmingham, B46 1DA, United Kingdom
NUTS Code: UKG31
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 105,376
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Proportion: 95%
Short description of the part of the contract to be subcontracted:
The manufacture of apparel garments, knitwear and accessories
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: 3
Title: Queen’s Baton Relay uniform
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 12/02/2021
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 3
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Incorporatewear Ltd, 3240384
Edison Road, Hams Hall Distribution Park, Coleshill, Birmingham, B46 1DA, United Kingdom
NUTS Code: UKG31
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 203,639
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Proportion: 95%
Short description of the part of the contract to be subcontracted:
The manufacture of apparel garments, knitwear and accessories
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=563187948
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
London, WC1A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures
Birmingham 2022
One Brindley Place, Birmingham, B1 2JB, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 19/02/2021