- Scope of the procurement
- Lot 1. FULL HEAD TO TOE ENSEMBLE/MAN PACK
- Lot 2. FULL HEAD TO TOE ENSEMBLE/PERSON PACK WITH MANAGED SERVICE
- Lot 3. STATION WEAR
- Lot 4. CORPORATE WEAR
- Lot 5. CORPORATE WEAR MANAGED SERVICE
- Lot 6. UNDRESS UNIFORM
- Lot 7. WORKWEAR / WORKSHOP/ GARAGE WEAR
- Lot 8. FOOTWEAR
- Lot 9. HEALTHCARE UNIFORM
- Lot 10. INSIGNIA AND NAME BADGES
- Lot 11. ACCOUTREMENTS, KIT BAGS AND ACCESSORIES INCLUDING LEATHER AND NYLON ACCESSORIES
- Lot 12. ONE STOP SHOP
Section one: Contracting authority
one.1) Name and addresses
YPO
41 Industrial Park
Wakefield
WF2 0XE
Contact
Contracts Team
Telephone
+44 1924664685
Country
United Kingdom
NUTS code
UKE45 - Wakefield
Internet address(es)
Main address
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