Opportunity

Supply of PPE and Corporate Clothing

  • Tai Tarian Ltd

F02: Contract notice

Notice reference: 2024/S 000-011630

Published 10 April 2024, 12:57pm



Section one: Contracting authority

one.1) Name and addresses

Tai Tarian Ltd

Ty Gwyn, Brunel Way, Baglan Energy Park

Neath

SA11 2FP

Email

procurement@taitarian.co.uk

Telephone

+44 1639505890

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.taitarian.co.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA1087

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.sell2wales.gov.wales

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.sell2wales.gov.wales

one.4) Type of the contracting authority

Other type

Registered Social Landlord

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply of PPE and Corporate Clothing

Reference number

00973

two.1.2) Main CPV code

  • 18222000 - Corporate clothing

two.1.3) Type of contract

Supplies

two.1.4) Short description

We are seeking to issue a Contract for Tai Tarian’s PPE and Corporate Clothing consisting of:

- An OTIF (On-Time In-Full) delivery of all goods from the Priced Schedule.

- A delivery service direct to Tai Tarian’s head office and satellite depots for additional items.

- A collection service for all goods, as and when required.

- A collection and/or delivery service of additional products throughout the Contract period that are not listed in the Priced Schedule.

- A detailed and accurate quarterly reporting function.

Tenderers must be aware that all quantities provided in the Priced Schedule are estimated based on current annual quantities and used for tender purposes only.

The quantities and scope of requirements may change throughout the life of the Contract.

two.1.5) Estimated total value

Value excluding VAT: £400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 18143000 - Protective gear
  • 18444000 - Protective headgear
  • 18830000 - Protective footwear
  • 33735100 - Protective goggles
  • 35113400 - Protective and safety clothing
  • 18100000 - Occupational clothing, special workwear and accessories

two.2.3) Place of performance

NUTS codes
  • UKL17 - Bridgend and Neath Port Talbot

two.2.4) Description of the procurement

The contract will be awarded for a 4-year period, with an option to extend for a further 1-year period.

It is anticipated that the Contract will be awarded to a single Supplier.

The estimated annual value of the Contract is 80,000 GBP and the estimated whole-life value of the Contract is 320,000 GBP excluding VAT, with an option to extend up to 400,000 GBP excluding VAT

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

60

This contract is subject to renewal

Yes

Description of renewals

The contract will be awarded for a 4-year period, with an option to extend for a further 1-year period.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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.1.2) 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

Open procedure

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

Date

20 May 2024

Local time

9:00am

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

four.2.7) Conditions for opening of tenders

Date

20 May 2024

Local time

9:30am


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.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=140585.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

It’s Tai Tarian’s intention that the delivery of the Contract assists in the achievement of their commitment towards community benefits as outlined in Tai Tarian’s Community Benefits Policy. Therefore, as a minimum requirement, Tenderers will have to agree that community benefits will become part of the Contract, if a Tenderer does not agree to this, then the Tenderer will be rejected.

It is a contract condition that the Supplier delivers community benefits as part of this Contract.

There are a variety of community benefit obligations outlined in the Contract and the Supplier must agree to deliver one or more.

Tenderers must not outline the community benefit’s they are currently delivering for existing Clients. Tenderers must outline what they propose to offer for Tai Tarian if awarded the Contract.

Delivery of community benefits through all spend is aligned with the Well-being of Future Generations Act Wales and delivers against its goals.

All community benefit activities must take place within the Neath Port Talbot County Borough.

(WA Ref:140585)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom