Opportunity

Goods-Framework-Supply & Delivery of Corporate Workwear, PPE, Uniform and Outdoor Clothing

  • United Utilities Water Limited

F05: Contract notice – utilities

Notice reference: 2021/S 000-002488

Published 8 February 2021, 2:50pm



Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Susan Owen

Email

RegulatoryProcurementTeam@uuplc.co.uk

Country

United Kingdom

NUTS code

UKD - NORTH WEST (ENGLAND)

National registration number

02366678

Internet address(es)

Main address

http://www.unitedutilities.com

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/43984

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=36527&B=UNITEDUTILITIES

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=36527&B=UNITEDUTILITIES

Tenders or requests to participate must be submitted to the above-mentioned address

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Goods-Framework-Supply & Delivery of Corporate Workwear, PPE, Uniform and Outdoor Clothing

Reference number

PRO004109

two.1.2) Main CPV code

  • 35113400 - Protective and safety clothing

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Company has a requirement for the Supply & Delivery of a range of Personal Protective Equipment (PPE), Workwear, Uniform and Outdoor Clothing. All items will need to be in line with the appropriate Health and Safety standards and United Utilities Branding.

In order for the company’s employees to carry out their work, United Utilities has to ensure the right Personal Protective Equipment (PPE), Workwear, Uniform and Outdoor Clothing are provided. All items must be supplied and worn as appropriate.

two.1.5) Estimated total value

Value excluding VAT: £8,080,000

two.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: 2

two.2) Description

two.2.1) Title

Lo1 Personal Protective Equipment (PPE), Workwear & Outdoor Clothing

Lot No

1

two.2.2) Additional CPV code(s)

  • 18220000 - Weatherproof clothing
  • 18221000 - Waterproof clothing
  • 18222000 - Corporate clothing
  • 18410000 - Special clothing
  • 18800000 - Footwear
  • 18830000 - Protective footwear
  • 18832000 - Special footwear
  • 33141623 - First-aid boxes

two.2.3) Place of performance

NUTS codes
  • UKD - NORTH WEST (ENGLAND)

two.2.4) Description of the procurement

Requirements for lot 1, the Supplier will be required to deliver a range of Personal Protective Equipment (PPE) including but not limited to fire retardant, wet weather, Hi-Viz clothing, protective footwear and PPE to protect the head, hands, eyes, ears, nose and mouth. Workwear including but not limited to work trousers, Hi-Viz t-shirts and coats.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £7,600,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

3 year initial term with options to extend for a further 5 years on a 1+1+1+1+1 basis.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 2 Uniform and Outdoor Clothing

Lot No

2

two.2.2) Additional CPV code(s)

  • 18220000 - Weatherproof clothing
  • 18221000 - Waterproof clothing
  • 18222000 - Corporate clothing
  • 18410000 - Special clothing
  • 18800000 - Footwear
  • 18830000 - Protective footwear
  • 18832000 - Special footwear
  • 33141623 - First-aid boxes

two.2.3) Place of performance

NUTS codes
  • UKD - NORTH WEST (ENGLAND)

two.2.4) Description of the procurement

Requirements for lot 2, the Supplier will be required to deliver a range of Uniform, including but not limited to, waterproof jackets, softshell jackets, fleeces, t-shirts and trousers. The majority of the Uniform items will need to be an exact match to our agreed forest green colour, (Pantone 3305C). United Utilities are willing to accept a slight variation to pantone 3305C and the agreed pantone shades are in the below document. However, any items that are in one of our variation shades will n

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £480,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

3 year initial term with options to extend for a further 5 years on a 1+1+1+1+1 basis.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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 procurement documents

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

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

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2019/S 071-168905

four.2.2) Time limit for receipt of tenders or requests to participate

Date

5 March 2021

Local time

1:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

High Court of England & Wales

City of Westminster

London

Country

United Kingdom