- Scope of the procurement
- Lot 1. Fire Protective & Rescue Clothing – Plus Optional Managed Service
- Lot 2. Fire Protective Gear – Plus Optional Managed Service
- Lot 3. Firefighter Complete Head to Toe Ensemble – Plus Optional Managed Service
- Lot 4. Firefighter Fully Leased Managed Service
- Lot 5. Breathing Apparatus & Associated Products – Plus Optional Managed Service
- Lot 6. Police, Security and Criminal Justice Protective Wear – Plus Optional Managed Service
- Lot 7. Body Armour, Tactical Vests & Associated Accessories - Plus Optional Managed Service
- Lot 8. Personal Protection Equipment for Public Order Situations
- Lot 9. Specialist Cycle & Mounted Wear – Plus Optional Managed Service
- Lot 10. Body Worn Video Cameras, Communication Devices & Associated Products/Services
- Lot 11. Healthcare & Ambulance Paramedic/Technician Uniform – Plus Optional Managed Service
- Lot 12. Uniform & Workwear Including Station, Corporate & Workshop Wear – Plus Optional Managed Service
- Lot 13. Undress Uniform & Ceremonial Wear – Plus Optional Loan Service
- Lot 14. Accessories & Accoutrements
- Lot 15. General Laundry Services
- Lot 16. Specialist Laundry & Decontamination – Including Products & Services
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
Region code
UKE45 - Wakefield
Internet address(es)
Main address
Buyer's address
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