Derby Homes Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Supply of Clothing and Protective Footwear |
Notice type: | Contract Notice |
Authority: | Derby Homes Ltd |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | Derby Homes’ is looking to enter into a formal agreement for the purchase of Clothing and Footwear for 9 years (2016 to 2025), divided as follows: •Operatives Work Wear; •Corporate Work Wear; and •Protective Footwear More details are given in the Tender Documents. |
Published: | 03/06/2016 11:42 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Derby Homes
The Council House, Corporation Street, Derby, DE1 2FT, United Kingdom
Tel. +44 1332888587, Email: jeff.wells@derbyhomes.org
Contact: Jeff Wells
Main Address: www.derbyhomes.org
NUTS Code: UKF11
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: http://www.delta-esourcing.com/tenders/UK-UK-Derby:-Occupational-clothing%2C-special-workwear-and-accessories./M6BA8DT4Z5
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/M6BA8DT4Z5 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
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Supply of Clothing and Protective Footwear
Reference Number: DH16008
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: Derby Homes’ is looking to enter into a formal agreement for the purchase of Clothing and Footwear for 9 years (2016 to 2025), divided as follows:
•Operatives Work Wear;
•Corporate Work Wear; and
•Protective Footwear
More details are given in the Tender Documents.
II.1.5) Estimated total value:
Value excluding VAT: 400,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
18100000 - Occupational clothing, special workwear and accessories.
18222000 - Corporate clothing.
18830000 - Protective footwear.
II.2.3) Place of performance:
UKF11 Derby
II.2.4) Description of procurement: Derby Homes’ is looking to enter into a formal agreement for the purchase of Clothing and Footwear for 9 years (2016 to 2025), divided as follows:
•Operatives Work Wear;
•Corporate Work Wear; and
•Protective Footwear
More details are given in the Tender 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: 400,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 108
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: Yes
Description of options: Derby Homes wishes to standardise its corporate identity, as much as possible, across the entire workforce. In order to do this certain garments in this tender must be priced for in accordance to the manufacturer name and model number listed. However, where an equivalent garment can be suggested by a bidder they can give full details in a separate document of the item(s) that are regarded as an "equivalent", the specification which makes it an equivalent and the cost of the item taking into account the quantities required. Derby Homes will then give full consideration to the recommendations.
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: As part of the tender process Derby Homes will be holding an open day on Tuesday 14th June 2016 at 839 London Road, Derby, DE24 8UZ between 9am and 3pm to discuss this tender opportunity.
The aim of the open day is:
•to reach as many potential bidders as possible;
•to clarify anything on the tendering portal which companies may not be familiar with; and
•to encourage small to medium sized companies (SMEs) to come and meet us to discuss the opportunity, tender procedure, timescales etc.
Please note: Bidders attending the open day will not gain any preferential treatment or scoring. Each submission will be taken on its own merits and marked accordingly.
Bidders unable to attend the open day will not be disadvantaged in any way.
There is no requirement on organisations to bring items of clothing to the Open Day. These will be evaluated through the tender submissions, Interviews and Site Visits.
Part of the Tender Evaluation will include the bidder attending one or more interviews in order to clarify and fine-tune the bids and proposals.
Derby Homes will conduct one or more Site Visits as part of the tender evaluation process in order to clarify and fine-tune the bids and proposals.
Full details are given in the Tender Documents.
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:
Groupings of economic operators may either (at the option of the contracting authority) be required to form a legal entity or to undertake joint and several liability
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
It is a requirement under this contract that the successful bidder must be able to provide a local counter service. Derby Homes have approximately 150 operatives and office staff whose clothing requirements will be purchased under this contract. In order for Derby Homes to comply with Health & Safety Regulations, its operatives must have access to appropriate protective footwear and worn or inappropriate footwear must be replaced in the shortest timescale possible. Derby Homes do not have any storage facilities for these items and so the successful supplier must be able to keep sufficient stock so as to provide an immediate replacement item of footwear, to the specification required, for immediate purchase from a counter within the City of Derby boundary.
Organisations will need to give comprehensive details as to how they will provide this service by submission of Method Statements which will then be reinforced by attending both an interview and by a Site Visit to the proposed service counter.
Full details of any conditions are set out in the tender documents. These may include conditions relating to environmental and social requirements.
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
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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 04/07/2016 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): 6
IV.2.7) Conditions for opening of tenders:
Date: 05/07/2016
Time: 10:00
Place:
Derby
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.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, and the contract will be awarded on the basis of the most economically advantageous tender.
Derby Homes are an Arms Length Management Organisation (ALMO) responsible for the upkeep of approximately 13,500 council properties (houses, flats and bungalows) along with other council non-housing stock (e.g. certain public buildings - schools etc) and other stock for specialist housing groups.
The total quantity or scope of the value of goods to be purchased through the contract to be awarded at the conclusion of the tender process is approximately £400,000.
The right is reserved not to proceed or not to award a contract for the whole or part of the proposed procurement. Neither the contracting authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for this contract.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Derby:-Occupational-clothing%2C-special-workwear-and-accessories./M6BA8DT4Z5
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/M6BA8DT4Z5
VI.4) Procedures for review
VI.4.1) Review body:
See VI.4.3 below
Derby, 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:
The contracting authority will incorporate a minimum 10 calendar day standstill period from the day information on the award of the contract is communicated to tenderers.
If an appeal regarding the award of the contract has not been successfully resolved, the Public Contract Regulations 2015 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 started within 30 days beginning with the date when the aggrieved part first knew, or ought to have known, that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be "ineffective".
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: 03/06/2016
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Derby Homes
The Council House, Corporation Street, Derby, DE1 2FT, United Kingdom
Tel. +44 1332888587, Email: jeff.wells@derbyhomes.org
Contact: Jeff Wells
Main Address: www.derbyhomes.org
NUTS Code: UKF11
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:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Supply of Clothing and Protective Footwear
Reference number: DH16008
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: Derby Homes’ is looking to enter into a formal agreement for the purchase of Clothing and Footwear for 9 years (2016 to 2025), divided as follows:
•Operatives Work Wear;
•Corporate Work Wear; and
•Protective Footwear
More details are given in the Tender Documents.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 558,173
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
18100000 - Occupational clothing, special workwear and accessories.
18222000 - Corporate clothing.
18830000 - Protective footwear.
II.2.3) Place of performance
Nuts code:
UKF11 - Derby
Main site or place of performance:
Derby
II.2.4) Description of the procurement: Derby Homes’ is looking to enter into a formal agreement for the purchase of Clothing and Footwear for 9 years (2016 to 2025), divided as follows:
•Operatives Work Wear;
•Corporate Work Wear; and
•Protective Footwear
More details are given in the Tender Documents.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:Derby Homes wishes to standardise its corporate identity, as much as possible, across the entire workforce. In order to do this certain garments in this tender must be priced for in accordance to the manufacturer name and model number listed. However, where an equivalent garment can be suggested by a bidder they can give full details in a separate document of the item(s) that are regarded as an "equivalent", the specification which makes it an equivalent and the cost of the item taking into account the quantities required. Derby Homes will then give full consideration to the recommendations.
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: Open
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
Not Provided
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: DH16008
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 09/03/2017
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Jaymac (Derby) Limited
852 London Road,, Derby, United Kingdom
NUTS Code: UKF11
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 558,173
Total value of the contract/lot: 558,173
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are SMEs. However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers that this contract may be suitable for economic operators that are SMEs. However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender..The right is reserved not to proceed or not to award a contract for the whole or part of the proposed procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=246034373
VI.4) Procedures for review
VI.4.1) Review body
See VI.4.3 below
Derby, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The contracting authority will incorporate a minimum 10 calendar day standstill period from the day information on the award of the contract is communicated to tenderers.
If an appeal regarding the award of the contract has not been successfully resolved, the Public Contract Regulations 2015 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 started within 30 days beginning with the date when the aggrieved part first knew, or ought to have known, that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be "ineffective".
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 20/03/2017