Tender

Personal Protective Equipment Supply Dynamic Purchasing System

  • Nottingham City Council

F02: Contract notice

Notice identifier: 2021/S 000-008285

Procurement identifier (OCID): ocds-h6vhtk-02a7ce

Published 20 April 2021, 8:18am



Section one: Contracting authority

one.1) Name and addresses

Nottingham City Council

Loxley House, Station Street

Nottingham

NG2 3NG

Contact

Ms Holly Fisher

Email

Holly.Fisher@nottinghamcity.gov.uk

Telephone

+44 0

Country

United Kingdom

NUTS code

UKF - East Midlands (England)

Internet address(es)

Main address

http://www.nottinghamcity.gov.uk

Buyer's address

http://www.nottinghamcity.gov.uk

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/Advert/Index?advertId=751f0323-1ea1-eb11-810c-005056b64545

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/Advert/Index?advertId=751f0323-1ea1-eb11-810c-005056b64545

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Personal Protective Equipment Supply Dynamic Purchasing System

Reference number

DN538952

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

Nottingham City Council is undertaking a procurement process to identify and appoint a number of appropriate Providers to a DPS for the provision of PPE supply and delivery in line with UK, EU and international standards (and any subsequent amendment or re-enactment thereof).

The high profile of procurement within local government and the national drive to aggregate and collaborate means that there is a large potential group of Partners who may choose to access this DPS.

Apart from Nottingham City Council (The Council)

o Schools, Academies or Children’s Centres within Nottingham City and County

o Nottingham Highways Limited and any other Nottingham City Council owned company,

the following organisations will be able to call off the Framework as required (referred to as ‘the Partner’):

• Nottingham City Homes

• Nottingham Revenues and Benefits

• East Midlands Shared Service

• Ashfield District Council

• Bassetlaw District Council

• Mansfield District Council

• Broxtowe Borough Council

• Gedling Borough Council

• Newark & Sherwood District Council

• Rushcliffe Borough Council

• Nottinghamshire County Council

o Arc Property Services Partnership Limited

o Via East midlands Ltd

o Culture, Learning and Libraries (Midlands) t/a Inspire and any other Nottinghamshire County Council owned company.

• The University of Nottingham

• Nottingham Trent University

• Nottinghamshire Healthcare Trust

• Nottingham University Hospitals

• Sherwood Forest Hospitals

• Leicester City Council

• Leicestershire County Council

• Derby City Council

• Derbyshire County Council

• Birmingham City Council

• NHS Nottingham & Nottinghamshire Clinical Commissioning Group

• Worcestershire County Council

• Walsall Council

• Dudley Metropolitan Borough Council

• Staffordshire County Council

• Charnwood Borough Council

The DPS will be divided into 17 product lots as follows;

1. Aprons

2. Bags

3. Boots/shoes/insoles

4. Overshoes/Over sleeves

5. Coverall/ Bib and Brace

6. Cream/ Lotions/ Insect Repellents

7. Ear protection

8. Eye protection

9. First Aid

10. Gloves

11. Harness

12. Headwear

13. Knee Pads

14. Masks/Face Coverings

15. Sanitation

16. Sanitation Dispensers

17. Social Distancing

The specific requirement will be detailed within every individual further competition conducted under the DPS.

Applicants can apply and be appointed to one, multiple or all lots depending on their capabilities.

two.1.5) Estimated total value

Value excluding VAT: £100,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 18000000 - Clothing, footwear, luggage articles and accessories
  • 33000000 - Medical equipments, pharmaceuticals and personal care products

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
Main site or place of performance

The following organisations will be able to use the DPS: Nottingham City Homes; Nottingham Revenues & Benefits; East Midlands Shared Service; Ashfield District Council; Bassetlaw District Council; Mansfield District Council; Broxtowe Borough Council; Gedling Borough Council; Newark & Sherwood District Council; Rushcliffe Borough Council; Nottinghamshire County Council; Arc Property Services Partnership Ltd; Via EM Ltd; Inspire and any other Nottinghamshire County Council owned company; University of Nottingham; Nottingham Trent University; Nottinghamshire Healthcare Trust; Nottingham University Hospitals; Sherwood Forest Hospitals; Leicester City Council; Leicestershire County Council; Derby City Council; Derbyshire County Council; Birmingham City Council; NHS Nottingham & Nottinghamshire Clinical Commissioning Group; Worcestershire County Council; Walsall Council; Dudley Metropolitan Borough Council; Staffordshire County Council; Charnwood Borough Council

two.2.4) Description of the procurement

The DPS will be divided into 17 product lots as follows;

1. Aprons

2. Bags

3. Boots/shoes/insoles

4. Overshoes/Over sleeves

5. Coverall/ Bib and Brace

6. Cream/ Lotions/ Insect Repellents

7. Ear protection

8. Eye protection

9. First Aid

10. Gloves

11. Harness

12. Headwear

13. Knee Pads

14. Masks/Face Coverings

15. Sanitation

16. Sanitation Dispensers

17. Social Distancing

The specific requirement will be detailed within every individual further competition conducted under the DPS.

Applicants can apply and be appointed to one, multiple or all lots depending on their capabilities.

two.2.5) Award criteria

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

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

Duration in months

120

This contract is subject to renewal

No

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.2.14) Additional information

Nottingham City Council is undertaking a procurement process to identify and appoint a number of appropriate Providers to a DPS for the provision of PPE supply and delivery in line with UK, EU and international standards (and any subsequent amendment or re-enactment thereof).

The high profile of procurement within local government and the national drive to aggregate and collaborate means that there is a large potential group of Partners who may choose to access this DPS.

Apart from Nottingham City Council (The Council)

o Schools, Academies or Children’s Centres within Nottingham City and County

o Nottingham Highways Limited and any other Nottingham City Council owned company,

the following organisations will be able to call off the Framework as required (referred to as ‘the Partner’):

• Nottingham City Homes

• Nottingham Revenues and Benefits

• East Midlands Shared Service

• Ashfield District Council

• Bassetlaw District Council

• Mansfield District Council

• Broxtowe Borough Council

• Gedling Borough Council

• Newark & Sherwood District Council

• Rushcliffe Borough Council

• Nottinghamshire County Council

o Arc Property Services Partnership Limited

o Via East midlands Ltd

o Culture, Learning and Libraries (Midlands) t/a Inspire and any other Nottinghamshire County Council owned company.

• The University of Nottingham

• Nottingham Trent University

• Nottinghamshire Healthcare Trust

• Nottingham University Hospitals

• Sherwood Forest Hospitals

• Leicester City Council

• Leicestershire County Council

• Derby City Council

• Derbyshire County Council

• Birmingham City Council

• NHS Nottingham & Nottinghamshire Clinical Commissioning Group

• Worcestershire County Council

• Walsall Council

• Dudley Metropolitan Borough Council

• Staffordshire County Council

• Charnwood Borough Council

The DPS will be divided into 17 product lots as follows;

1. Aprons

2. Bags

3. Boots/shoes/insoles

4. Overshoes/Over sleeves

5. Coverall/ Bib and Brace

6. Cream/ Lotions/ Insect Repellents

7. Ear protection

8. Eye protection

9. First Aid

10. Gloves

11. Harness

12. Headwear

13. Knee Pads

14. Masks/Face Coverings

15. Sanitation

16. Sanitation Dispensers

17. Social Distancing

The specific requirement will be detailed within every individual further competition conducted under the DPS.

Applicants can apply and be appointed to one, multiple or all lots depending on their capabilities.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

Restricted procedure

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

The procurement involves the setting up of a dynamic purchasing system

The dynamic purchasing system might be used by additional purchasers

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

Date

28 May 2021

Local time

12:00pm

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Centre for Effective Dispute Resolution

London

Country

United Kingdom