Opportunity

YPO - 001046 Uniforms and Workwear for Emergency Services

  • YPO

F02: Contract notice

Notice reference: 2021/S 000-002863

Published 12 February 2021, 9:17am



Section one: Contracting authority

one.1) Name and addresses

YPO

41 Industrial Park

Wakefield

WF2 0XE

Contact

Contracts Team

Email

contracts@ypo.co.uk

Telephone

+44 1924664685

Country

United Kingdom

NUTS code

UKE45 - Wakefield

Internet address(es)

Main address

http://www.ypo.co.uk/

Buyer's address

https://procontract.due-north.com

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://procontract.due-north.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

YPO - 001046 Uniforms and Workwear for Emergency Services

Reference number

001046

two.1.2) Main CPV code

  • 18000000 - Clothing, footwear, luggage articles and accessories

two.1.3) Type of contract

Supplies

two.1.4) Short description

YPO are looking for Providers to be appointed onto a Framework Agreement for the provision of Uniforms and Work Wear for The Emergency Services and Wider Public Sector. The Framework is designed to meet the needs of all public sector organisations which includes YPO’s internal requirements by establishing an agreement where the end customer will place orders directly with the Provider on a “contract” basis and the Provider will deliver direct to the end customer on an agreed basis.

two.1.5) Estimated total value

Value excluding VAT: £30,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

FULL HEAD TO TOE ENSEMBLE/MAN PACK

Lot No

1

two.2.2) Additional CPV code(s)

  • 35811200 - Police uniforms

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

This lot is designed to offer a set of clothing for male or female specific police and fire uniform (including cadet uniform) clothing.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Quality criterion - Name: Sustainability, CSR & Social Value / Weighting: 10%

Price - Weighting: 50%

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

Start date

19 May 2021

End date

18 May 2025

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

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: No

two.2) Description

two.2.1) Title

FULL HEAD TO TOE ENSEMBLE/PERSON PACK WITH MANAGED SERVICE

Lot No

2

two.2.2) Additional CPV code(s)

  • 35811200 - Police uniforms

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

The purpose of this lot is to supply a fully managed online ordering and stock management system for items covered within lot 1.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Quality criterion - Name: Sustainability, CSR & Social Value / Weighting: 10%

Price - Weighting: 50%

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

Start date

19 May 2021

End date

18 May 2025

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

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: No

two.2) Description

two.2.1) Title

STATION WEAR

Lot No

3

two.2.2) Additional CPV code(s)

  • 35811100 - Fire-brigade uniforms
  • 35811200 - Police uniforms

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

This lot covers all items of clothing for male and female specific police and fire uniform.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Quality criterion - Name: Sustainability, CSR & Social Value / Weighting: 10%

Price - Weighting: 50%

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

Start date

19 May 2021

End date

18 May 2025

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

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: No

two.2) Description

two.2.1) Title

CORPORATE WEAR

Lot No

4

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

This lot covers all items of clothing for male and female corporate wear including (but not limited to) :

• Ladies straight skirt

• Men’s straight trousers

• Men’s cotton shirt

• Ties – Clip on

• Ladies straight trousers

• Ladies cotton blouse

• Maternity wear

• Male suit jacket

• Female suit jacket

• Ties

• Scarfs

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Quality criterion - Name: Sustainability, CSR & Social Value / Weighting: 10%

Price - Weighting: 50%

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

Start date

19 May 2021

End date

18 May 2025

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

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: No

two.2) Description

two.2.1) Title

CORPORATE WEAR MANAGED SERVICE

Lot No

5

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

The purpose of this lot is to supply a fully managed service and. This must include the capability of providing :

Stock management system for items covered within lot 4

• Online ordering

• Stockholding/call off service

• Range re-design

• Spend Management

• Range Review Wearer

• Trial Management

• Garment alteration/refurbishment

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Quality criterion - Name: Sustainability, CSR & Social Value / Weighting: 10%

Price - Weighting: 50%

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

Start date

19 May 2021

End date

18 May 2025

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

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: No

two.2) Description

two.2.1) Title

UNDRESS UNIFORM

Lot No

6

two.2.2) Additional CPV code(s)

  • 35811100 - Fire-brigade uniforms
  • 35811200 - Police uniforms

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

This lot covers all items of clothing for male and female specific police and fire undress uniform

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Quality criterion - Name: Sustainability, CSR & Social Value / Weighting: 10%

Price - Weighting: 50%

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

Start date

19 May 2021

End date

18 May 2025

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

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: No

two.2) Description

two.2.1) Title

WORKWEAR / WORKSHOP/ GARAGE WEAR

Lot No

7

two.2.2) Additional CPV code(s)

  • 18100000 - Occupational clothing, special workwear and accessories
  • 18140000 - Workwear accessories

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

This lot covers items of clothing (male and female) for workwear to workshop, garage, outdoor and healthcare environments and not solely for police and fire

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Quality criterion - Name: Sustainability, CSR & Social Value / Weighting: 10%

Price - Weighting: 50%

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

Start date

19 May 2021

End date

18 May 2025

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

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: No

two.2) Description

two.2.1) Title

FOOTWEAR

Lot No

8

two.2.2) Additional CPV code(s)

  • 18800000 - Footwear

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

This lot covers all items of footwear for male and female specific

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Quality criterion - Name: Sustainability, CSR & Social Value / Weighting: 10%

Price - Weighting: 50%

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

Start date

19 May 2021

End date

18 May 2025

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

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: No

two.2) Description

two.2.1) Title

HEALTHCARE UNIFORM

Lot No

9

two.2.2) Additional CPV code(s)

  • 33199000 - Medical clothing

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

This lot covers all items of clothing for male and female specific healthcare uniform

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Quality criterion - Name: Sustainability, CSR & Social Value / Weighting: 10%

Price - Weighting: 50%

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

Start date

19 May 2021

End date

18 May 2025

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

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: No

two.2) Description

two.2.1) Title

INSIGNIA AND NAME BADGES

Lot No

10

two.2.2) Additional CPV code(s)

  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35123400 - Identification badges

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

This lot covers all items including (but not limited to) :

• Medal Ribbon

• Police Rank Insignia (Metal and Fabric options)

• Helmet Plates and Cap Badges

• Headwear Ribbon

• Embroidery Service/Tailoring Services

• Reflective Insignia (for PSU Helmets)

• Velcro Badging (various wording POLICE; STAFF etc.)

• Heat Sealed Badging

• Epaulettes and Sliders

• Medal Mounting

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Quality criterion - Name: Sustainability, CSR & Social Value / Weighting: 10%

Price - Weighting: 50%

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

Start date

19 May 2021

End date

18 May 2025

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework agreement will be renewed after 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

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: No

two.2) Description

two.2.1) Title

ACCOUTREMENTS, KIT BAGS AND ACCESSORIES INCLUDING LEATHER AND NYLON ACCESSORIES

Lot No

11

two.2.2) Additional CPV code(s)

  • 18420000 - Clothing accessories
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35800000 - Individual and support equipment
  • 35810000 - Individual equipment
  • 35811100 - Fire-brigade uniforms
  • 35811200 - Police uniforms

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

This lot covers all items including (but not limited to) :

• Warrant Card Holders (option of badging and braille bar)

• Baton Holder (need to be able to fit various carriage solutions e.g. Utility Belt; MOLLE body armour covers and plain body armour covers)

• Handcuff Pouch (need to be able to fit various carriage solutions e.g. Utility Belt; MOLLE body armour covers and plain body armour covers)

• Document Wallet/Pocket Notebook Covers

• Irritant Spray Holder (need to be able to fit various carriage solutions e.g. Utility Belt; MOLLE body armour covers and plain body armour covers)

• Uniform Belt

• Utility Belt

• Thermal Hat (with embroidery options)

• Neck Tube

• Balaclava

• Snood

• Gaiters

• Rucksack (Range of Sizes)

• Kitbags (Range of Sizes)

• Holdalls (Range of Sizes)

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Quality criterion - Name: Sustainability, CSR & Social Value / Weighting: 10%

Price - Weighting: 50%

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

Start date

19 May 2021

End date

18 May 2025

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

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: No

two.2) Description

two.2.1) Title

ONE STOP SHOP

Lot No

12

two.2.2) Additional CPV code(s)

  • 18000000 - Clothing, footwear, luggage articles and accessories

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

This lot is intended to be used by customers who wish to establish an agreement with a supplier to potentially provide all items typically covered in LOTS 1, 4 and 7 and reduces the need to call off under multiple LOTS. Customers will write their own specification at further competition stage to suit their exact needs and requirements.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Quality criterion - Name: Sustainability, CSR & Social Value / Weighting: 10%

Price - Weighting: 50%

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

Start date

19 May 2021

End date

18 May 2025

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

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: 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

Organisations must ensure that they are not in breach of any of the mandatory or discretionary exclusions contained in Regulation 57 of the Public Contracts Regulations 2015. Please refer to the

Tender Documentation/ Online Tender located on our E-Procurement system. The web address can be found under ‘Procurement Documents’ in ‘Communication’ section in this notice.

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to the Framework Agreement Terms and Conditions located on our E-Procurement system. The web address can be found under Procurement Documents in ‘Communication’ Section in this notice.


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

Framework agreement with several operators

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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: 2020/S 207-506264

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

Date

18 March 2021

Local time

2:00pm

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

18 March 2021

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

six.3) Additional information

YPO are purchasing on the behalf of other contracting authorities. Please see the below link

for details: https://www.ypo.co.uk/about/customers/ojeu-permissible-users.aspx.

YPO will incorporate a standstill period at the point of notification of the award of the contract

is provided to all bidders. The standstill period will be for a minimum of 10 calendar days, and

provides time for unsuccessful tenderers to challenge the award decision before the contract

is entered into. The Public Contracts 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).

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom