Opportunity

YPO - 001204 Supply of PPE Workwear, Uniform and Managed Services

  • YPO

F02: Contract notice

Notice reference: 2024/S 000-009282

Published 21 March 2024, 10:03pm



The closing date and time has been changed to:

17 May 2024, 2:00pm

See the change notice.

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

http://www.ypo.co.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/

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 - 001204 Supply of PPE Workwear, Uniform and Managed Services

Reference number

001204

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

YPO are looking for Providers to be appointed onto a Framework Agreement for the provision of PPE Workwear, Uniform and Managed Services. The Framework is designed to meet the needs of all public sector organisations which includes YPO’s internal requirements.

two.1.5) Estimated total value

Value excluding VAT: £100,000,000

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

Fire Protective & Rescue Clothing – Plus Optional Managed Service

Lot No

1

two.2.2) Additional CPV code(s)

  • 18000000 - Clothing, footwear, luggage articles and accessories
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18424000 - Gloves
  • 35113400 - Protective and safety clothing
  • 35811100 - Fire-brigade uniforms
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 75250000 - Fire-brigade and rescue services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the provisions of fire protective clothing and rescue clothing such as, but not limited to:

o Fire Protective Structural Tunics & Trousers

o Fire Protective Wildland Tunics & Trousers

o Fire Protective Rescue Tunics & Trousers

o Fire Protective USAR/Technical Tunics & Trousers

o Fire Protective High Volume Pump Jacket & Over trousers

o Fire Protective Flame-Retardant Wear

 Hoods

 Snoods

 Overalls – One or Two Piece

 Underwear

 Socks

o HAZMAT (Hazardous Materials) & chemical Protective Clothing

 Gas Tight Suits

 Liquid tight suits

 Chemical Protective Gloves

two.2.5) Award criteria

Quality criterion - Name: Quality, Delivery and Customer Service / Weighting: 50%

Quality criterion - Name: Sustainability, Net Zero and Social Value / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 30%

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

Start date

1 September 2024

End date

31 August 2028

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

Fire Protective Gear – Plus Optional Managed Service

Lot No

2

two.2.2) Additional CPV code(s)

  • 18100000 - Occupational clothing, special workwear and accessories
  • 18143000 - Protective gear
  • 18424000 - Gloves
  • 18440000 - Hats and headgear
  • 18800000 - Footwear
  • 35113400 - Protective and safety clothing
  • 35811100 - Fire-brigade uniforms
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 75250000 - Fire-brigade and rescue services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the provisions of fire protective gear such as, but not limited to:

o 2.1 Fire Protective Helmets & Associated Products

o 2.2 Fire Protective Gloves

o 2.3 Fire Protective Boots & Specialist Footwear

This Lot is a Sub-Lotted Lot.

Customers reserve the right to publish a Further Competition to all Providers on this Lot or any one Sub-Lot depending on their requirement.

two.2.5) Award criteria

Quality criterion - Name: Quality, Delivery and Customer Service / Weighting: 50%

Quality criterion - Name: Sustainability, Net Zero and Social Value / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 30%

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

Start date

1 September 2024

End date

31 August 2028

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

Firefighter Complete Head to Toe Ensemble – Plus Optional Managed Service

Lot No

3

two.2.2) Additional CPV code(s)

  • 18000000 - Clothing, footwear, luggage articles and accessories
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18424000 - Gloves
  • 18440000 - Hats and headgear
  • 18800000 - Footwear
  • 35113400 - Protective and safety clothing
  • 35811100 - Fire-brigade uniforms
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 75250000 - Fire-brigade and rescue services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the provisions of head to toe ensemble such as, but not limited to:

o Fire Protective Structural Tunics & Trousers

o Fire Protective Wildland Tunics & Trousers

o Fire Protective Rescue Tunics & Trousers

o Fire Protective USAR/Technical Tunics & Trousers

o Fire Protective High Volume Pump Jacket & Over trousers

o Fire Protective Flame-Retardant Wear

 Hoods

 Snoods

 Overalls – One or Two Piece

 Underwear

 Socks

o Fire Protective Helmets & Associated Products

o 2.2 Fire Protective Gloves

o 2.3 Fire Protective Boots & Specialist Footwear

Auto award Lot based on Lot 1 Fire Protective Clothing – Including Tunics, Trousers & Fire-Retardant Wear – Plus Optional Managed Service and Lot 2 Fire Protective Gear – Including Helmets, Gloves, Boots – Plus Optional Managed Service Providers.

This Lot supports a customer requirement where a range of goods is required. Customers have the ability to publish a single Further Competition to all Providers who have been awarded on to Lot 1 and/or Lot 2.

two.2.5) Award criteria

Quality criterion - Name: Quality, Delivery and Customer Service / Weighting: 50%

Quality criterion - Name: Sustainability, Net Zero and Social Value / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 30%

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

Start date

1 September 2024

End date

31 August 2028

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

Firefighter Fully Leased Managed Service

Lot No

4

two.2.2) Additional CPV code(s)

  • 18000000 - Clothing, footwear, luggage articles and accessories
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18424000 - Gloves
  • 18440000 - Hats and headgear
  • 18800000 - Footwear
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 75250000 - Fire-brigade and rescue services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the provisions of a fully leased managed service covering elements such as, but not limited to:

o Provisions of PPE

o Project Plan

o Measuring Service

o Wardrobe Management

o Product Identification

o Life & Tracking

o Bespoke Items

o Replacement Items

o Loan Stock

o Resilience

o Information, Instructions & Training

o Laundry & Repair

o Leavers Process

o Management Information

o Customer Service Including Technical Meetings/Refresh

o Recycling Service

two.2.5) Award criteria

Quality criterion - Name: Quality, Delivery and Customer Service / Weighting: 50%

Quality criterion - Name: Sustainability, Net Zero and Social Value / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 30%

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

Start date

1 September 2024

End date

31 August 2028

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

Breathing Apparatus & Associated Products – Plus Optional Managed Service

Lot No

5

two.2.2) Additional CPV code(s)

  • 35111100 - Breathing apparatus for firefighting
  • 75250000 - Fire-brigade and rescue services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the provisions of equipment such as, but not limited to:

o SCBA – Self Contained Breathing Apparatus

o Cylinders Cover

o Closed Circuit Breathing Apparatus

two.2.5) Award criteria

Quality criterion - Name: Quality, Delivery and Customer Service / Weighting: 50%

Quality criterion - Name: Sustainability, Net Zero and Social Value / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 30%

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

Start date

1 September 2024

End date

31 August 2028

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

Police, Security and Criminal Justice Protective Wear – Plus Optional Managed Service

Lot No

6

two.2.2) Additional CPV code(s)

  • 18000000 - Clothing, footwear, luggage articles and accessories
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18220000 - Weatherproof clothing
  • 18400000 - Special clothing and accessories
  • 18410000 - Special clothing
  • 18440000 - Hats and headgear
  • 18800000 - Footwear
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35113400 - Protective and safety clothing
  • 35811200 - Police uniforms
  • 35812000 - Combat uniforms

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the provisions of protective wear such as, but not limited to:

o Headwear & Helmets & Associated Products

 Specialist PPE

 Ballistic

 Public Order

o Gloves & Gauntlets

o Boots & Specialist Police Footwear

o Limb Protectors

 Chest & Back Protectors

 Shoulder and Upper Arm Guards

 Knee Guards

 Elbow Guards

 Metatarsal Guards

 Groin Guards

 Public Order Suits & Underwear

o Police Dog Wear

 Slash & Stab Vest

 Muzzles

 Harnesses

o Training Suits

 Dog Training Clothing/Guards

 Control and Restraint Training Aid Suits

two.2.5) Award criteria

Quality criterion - Name: Quality, Delivery and Customer Service / Weighting: 50%

Quality criterion - Name: Sustainability, Net Zero and Social Value / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 30%

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

Start date

1 September 2024

End date

31 August 2028

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

Body Armour, Tactical Vests & Associated Accessories - Plus Optional Managed Service

Lot No

7

two.2.2) Additional CPV code(s)

  • 18100000 - Occupational clothing, special workwear and accessories
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35113400 - Protective and safety clothing
  • 35811200 - Police uniforms

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the provisions of protective wear such as, but not limited to:

o Ballistic Protection

o Slash & Stab Resistant

o Taser and Special Threat Resistant

o Molle Covers

o Non-ballistic/stab Tactical/Utility Vests and accessories

o Associated Accessories such as Body Armour Bags

o Police Dog Wear

 Ballistic Vest

 Slash & Stab Resistant Vest

two.2.5) Award criteria

Quality criterion - Name: Quality, Delivery and Customer Service / Weighting: 50%

Quality criterion - Name: Sustainability, Net Zero and Social Value / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 30%

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

Start date

1 September 2024

End date

31 August 2028

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

Personal Protection Equipment for Public Order Situations

Lot No

8

two.2.2) Additional CPV code(s)

  • 35200000 - Police equipment
  • 35812000 - Combat uniforms
  • 35815000 - Garments for anti-ballistic protection
  • 37453700 - Batons

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the provisions personal protective equipment such as, but not limited to:

o 8.1 Batons, Holders, Mountings & Carriage Systems Including Optional Repair and Disposal Service

o 8.2 Handcuffs, Straps & Restraint Equipment & Holders

o 8.3 Shields, Guards, Helmets & Accessories

This Lot is a Sub-Lotted Lot.

Customers reserve the right to publish a Further Competition to all Providers on this Lot or any one Sub-Lot depending on their requirement.

two.2.5) Award criteria

Quality criterion - Name: Quality, Delivery and Customer Service / Weighting: 50%

Quality criterion - Name: Sustainability, Net Zero and Social Value / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 30%

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

Start date

1 September 2024

End date

31 August 2028

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

Specialist Cycle & Mounted Wear – Plus Optional Managed Service

Lot No

9

two.2.2) Additional CPV code(s)

  • 18000000 - Clothing, footwear, luggage articles and accessories
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18410000 - Special clothing
  • 18424000 - Gloves
  • 18440000 - Hats and headgear
  • 18800000 - Footwear
  • 35113400 - Protective and safety clothing
  • 35811200 - Police uniforms

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the provisions of protective wear such as, but not limited to:

o Motorcycle Wear

 Motorcycle Boots

 Motorcycle Gloves

 Motorcycle Jackets

 Motorcycle Helmets

 Motorcycle Trousers

 Motorcycle One/Two-Piece Suits

o Cyclist Wear

 Cycle Helmet

 Cycle Eye Protection

 Cycle Gloves

 Cycle Jacket – High Visibility

 Anatomical Pants

 Cycle Trousers/Over Trousers

o Mounted PPE

 Riding Boots

 Riding/Equestrian Clothing

 Riding Helmet

 Mounted Persons Limb Protectors

 Horse Eye & Limb Protectors

 Horse Saddle

two.2.5) Award criteria

Quality criterion - Name: Quality, Delivery and Customer Service / Weighting: 50%

Quality criterion - Name: Sustainability, Net Zero and Social Value / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 30%

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

Start date

1 September 2024

End date

31 August 2028

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

Body Worn Video Cameras, Communication Devices & Associated Products/Services

Lot No

10

two.2.2) Additional CPV code(s)

  • 32344210 - Radio equipment
  • 38651200 - Camera bodies

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the provisions of equipment such as, but not limited to:

o Body worn cameras – video and/or audio

o Body worn radios

o Earpieces

o Fireground Radio’s

o Associated software – Storage management of digital devices

two.2.5) Award criteria

Quality criterion - Name: Quality, Delivery and Customer Service / Weighting: 50%

Quality criterion - Name: Sustainability, Net Zero and Social Value / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 30%

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

Start date

1 September 2024

End date

31 August 2028

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 & Ambulance Paramedic/Technician Uniform – Plus Optional Managed Service

Lot No

11

two.2.2) Additional CPV code(s)

  • 18100000 - Occupational clothing, special workwear and accessories
  • 18220000 - Weatherproof clothing
  • 18400000 - Special clothing and accessories
  • 18424000 - Gloves
  • 18440000 - Hats and headgear
  • 18800000 - Footwear
  • 33199000 - Medical clothing
  • 35113400 - Protective and safety clothing

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the provisions of uniform such as, but not limited to:

o Healthcare Tunics & Scrubs

o Nurses Uniforms

o Laboratory Coats (White)

o Care Worker Uniforms

o Healthcare Footwear Including White Lab Shoes/Boots

o Paramedic/Ambulance Polo Shirt

o Paramedic/Ambulance Jacket & Trousers

o Healthcare Helmet Including Torch & Bags

o Bags and carrying systems

two.2.5) Award criteria

Quality criterion - Name: Quality, Delivery and Customer Service / Weighting: 50%

Quality criterion - Name: Sustainability, Net Zero and Social Value / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 30%

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

Start date

1 September 2024

End date

31 August 2028

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

Uniform & Workwear Including Station, Corporate & Workshop Wear – Plus Optional Managed Service

Lot No

12

two.2.2) Additional CPV code(s)

  • 18000000 - Clothing, footwear, luggage articles and accessories
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18200000 - Outerwear
  • 18220000 - Weatherproof clothing
  • 18222000 - Corporate clothing
  • 18400000 - Special clothing and accessories
  • 18412000 - Sportswear
  • 18412100 - Tracksuits
  • 18424000 - Gloves
  • 18440000 - Hats and headgear
  • 18800000 - Footwear
  • 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 is for the provisions of clothing such as, but not limited to:

o Station Wear

 Shirt with collar

 Rig Shirt, Lightweight or Heavy, Open Necked, Short Sleeved

 Ties

 Epaulettes and Sliders (inc High Visibility)

 Trousers – Work Rig, Light or Heavy Weight

 Belt – Leather with FRS Buckle

 T-shirt – Wicking or Cotton

 Polo Shirt

 Sweatshirt

 Underwear (inc thermal)

 Station Wear Footwear

 Socks – Black, 100% Cotton Lightweight or Heavyweight

 Fleece Jacket

 Soft Shell 3 in 1 Jacket

 Hat/Headwear

 Cadet Uniform

 Gloves – Leather / other

 Insignia & Name Badges

o Corporate Clothing

 Ladies straight skirt

 Men’s Shirts & Trousers

 Ties

 Scarfs

 Ladies Blouses & Trousers

 Maternity Wear

 Male or Female Suit Jacket

 Corporate Footwear

o Workwear/Workshop/Garage Wear

 Coveralls, cargo trousers, action / multi pocket trousers, work trousers suitable for all work environments such as highways, landscaping, construction, catering, transport, railways and may include hi viz and flameproof

 Specialist Gloves/Gauntlets - Including. thermal; Handling; needle stick; use with smart phone etc

 Wet weather gear - soft shell 3 in 1 jacket – fleece, wet weather trousers – black, wet weather jacket – black, wet weather trousers

 PPE Footwear

two.2.5) Award criteria

Quality criterion - Name: Quality, Delivery and Customer Service / Weighting: 50%

Quality criterion - Name: Sustainability, Net Zero and Social Value / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 30%

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

Start date

1 September 2024

End date

31 August 2028

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 & Ceremonial Wear – Plus Optional Loan Service

Lot No

13

two.2.2) Additional CPV code(s)

  • 18000000 - Clothing, footwear, luggage articles and accessories
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18400000 - Special clothing and accessories
  • 18410000 - Special clothing
  • 18424000 - Gloves
  • 18440000 - Hats and headgear
  • 18800000 - Footwear
  • 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 is for the provisions of clothing such as, but not limited to:

o Ceremonial Jacket – Male or Female – Firefighter or Police Officer

o Ceremonial Trousers – Male or Female – Firefighter or Police Officer

o Shirt, Light Blue (Pilot Style) – Male or Female

o Shirt, White (Pilot Style) – Male or Female

o Ties

o Headwear Including Helmets; berets; Caps

o White Ceremonial Gloves

o Loan service/dry cleaning/alteration services

Provider Dependant – Optional loan/leasing service

two.2.5) Award criteria

Quality criterion - Name: Quality, Delivery and Customer Service / Weighting: 50%

Quality criterion - Name: Sustainability, Net Zero and Social Value / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 30%

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

Start date

1 September 2024

End date

31 August 2028

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

Accessories & Accoutrements

Lot No

14

two.2.2) Additional CPV code(s)

  • 18000000 - Clothing, footwear, luggage articles and accessories
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18440000 - Hats and headgear
  • 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 is for the provisions of items such as, but not limited to:

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

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

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

o Document Wallet/Pocket Notebook Covers

o 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)

o Uniform Belt

o Utility Belt

o Thermal Hat (with embroidery options)

o Neck Tube

o Balaclava

o Snood

o Gaiters

o Rucksack (Range of Sizes)

o Kitbags (Range of Sizes)

o Holdalls (Range of Sizes)

two.2.5) Award criteria

Quality criterion - Name: Quality, Delivery and Customer Service / Weighting: 50%

Quality criterion - Name: Sustainability, Net Zero and Social Value / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 30%

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

Start date

1 September 2024

End date

31 August 2028

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

General Laundry Services

Lot No

15

two.2.2) Additional CPV code(s)

  • 98310000 - Washing and dry-cleaning services
  • 98311100 - Laundry-management services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the provisions of products and services such as, but not limited to:

o General Laundry Service

 Uniform

 Kit Bags

 Sleeping Bags

 Blankets

 Towels

two.2.5) Award criteria

Quality criterion - Name: Quality, Delivery and Customer Service / Weighting: 50%

Quality criterion - Name: Sustainability, Net Zero and Social Value / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 30%

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

Start date

1 September 2024

End date

31 August 2028

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

Specialist Laundry & Decontamination – Including Products & Services

Lot No

16

two.2.2) Additional CPV code(s)

  • 98310000 - Washing and dry-cleaning services
  • 98311100 - Laundry-management services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the provisions of products and services such as, but not limited to:

o Specialist Laundry Service & Maintenance of Firefighters PPE Ensembles

 Date garment collected

 Type of garment (i.e. bunker, tunic, flash hood etc.)

 Repair

 No. of washes

 No. of patches

 Condemned item (and reason for condemning)

 Date garment returned to customer

o Specialist Laundry Service & Maintenance of Other PPE Ensembles

 Date garment collected

 Type of garment (i.e Body Armour)

 Repair

 No. of washes

 No. of patches

 Condemned item (and reason for condemning)

 Date garment returned to customer

o Contaminated Laundry Service

 Custody blankets

 Blankets & Bedding

 Clothing

 Lab coats

 Towels & Aprons

 Automotive workwear

o Decontamination Service and Equipment

 Decontamination Laundry Service

 Decontamination Machines for Clothing & Equipment

 Decontamination Associated Products

 Decontamination for Equipment

 Decontamination for Personnel such as Wipes, Showering Product

two.2.5) Award criteria

Quality criterion - Name: Quality, Delivery and Customer Service / Weighting: 50%

Quality criterion - Name: Sustainability, Net Zero and Social Value / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 30%

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

Start date

1 September 2024

End date

31 August 2028

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

Originally published as:

Date

7 May 2024

Local time

2:00pm

Changed to:

Date

17 May 2024

Local time

2:00pm

See the change notice.

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

7 May 2024

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/permissible-users .

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