Awarded contract

Personal Protective Equipment & Corporate Workwear Framework Agreement - ORE/21/088

  • Offshore Renewable Energy Catapult

F03: Contract award notice

Notice reference: 2023/S 000-000611

Published 10 January 2023, 7:52am



Section one: Contracting authority

one.1) Name and addresses

Offshore Renewable Energy Catapult

Inovo, 121 George Street

Glasgow

G1 1RD

Contact

Mr Craig Corbett

Email

procurement@ore.catapult.org.uk

Telephone

+44 3330041418

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.ore.catapult.org.uk

Buyer's address

https://www.ore.catapult.org.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Research & Development


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Personal Protective Equipment & Corporate Workwear Framework Agreement - ORE/21/088

Reference number

DN586254

two.1.2) Main CPV code

  • 18100000 - Occupational clothing, special workwear and accessories

two.1.3) Type of contract

Supplies

two.1.4) Short description

The purpose of this ITT is to assist ORE catapult in establishing a Framework for the supply of Personal Protective Equipment (PPE) & Corporate Workwear by appointing professional reliable Suppliers to meet their ongoing requirements.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £1 / Highest offer: £200,000 taken into consideration

two.2) Description

two.2.1) Title

Personal Protective Equipment ("PPE")

Lot No

1

two.2.2) Additional CPV code(s)

  • 35113400 - Protective and safety clothing

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

ORE Catapult has a duty of care to provide their personnel, at all their sites around the UK, with the PPE which meets the requirements of the Personal Protective Equipment at Work Regulations 1992 (as amended)

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

1

two.2.14) Additional information

Products / Services called-ff under the terms of this Personal Protective Equipment & Corporate Workwear Framework Agreement, may be co-financed by the European Regional Development Fund (ERDF).

two.2) Description

two.2.1) Title

Corporate Workwear

Lot No

2

two.2.2) Additional CPV code(s)

  • 18222000 - Corporate clothing

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

ORE Catapult provide their personnel, at all their sites around the UK, with certain items of corporate workwear.

The corporate workwear items issued to ORE Catapult personnel shall be in-line with the standards and regulations relative to the garments.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

1

two.2.14) Additional information

Products / Services called-ff under the terms of this Personal Protective Equipment & Corporate Workwear Framework Agreement, may be co-financed by the European Regional Development Fund (ERDF).


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-030381

four.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


Section five. Award of contract

Contract No

ORE/21/088

Lot No

1

Title

Personal Protective Equipment ("PPE")

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

25 November 2022

five.2.2) Information about tenders

Number of tenders received: 21

Number of tenders received from SMEs: 21

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 21

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Future Garments Ltd

Aqua House

Smethwick

B66 3DL

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Fleet Factors Ltd

Unit 3/4 Wallis Road

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £1 / Highest offer: £200,000 taken into consideration


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In the first instance, all appeals should be promptly brought to the attention of the contact specified in Section I above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including without limitation, the Public Contracts Regulations 2015. In accordance with the Public Contracts Regulations 2015, the contracting authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.

As the UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions, any challenges will be dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulations 2015.