Tender

Framework for the Provision of PPE, Workwear, Safety Equipment and Signage and Janitorial Supplies

  • Centre For Process Innovation

F02: Contract notice

Notice identifier: 2024/S 000-017911

Procurement identifier (OCID): ocds-h6vhtk-046ecb

Published 10 June 2024, 4:26pm



Section one: Contracting authority

one.1) Name and addresses

Centre For Process Innovation

Discovery 2, William Armstrong Way, NETPark

Sedgefield

TS21 3FH

Email

e-tendering@uk-cpi.com

Telephone

+44 01740625716

Country

United Kingdom

NUTS code

UKC1 - Tees Valley and Durham

Internet address(es)

Main address

https://in-tendhost.co.uk/uk-cpi/aspx/Home

one.3) Communication

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

https://in-tendhost.co.uk/uk-cpi/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Research and Development


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework for the Provision of PPE, Workwear, Safety Equipment and Signage and Janitorial Supplies

Reference number

3248

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

CPI are looking to appoint several Contractors for the supply of their Framework for the Provision of PPE, Workwear, Safety Equipment and Signage and Janitorial Supplies. It is envisaged that this Contract will cover the following areas:• Workwear• PPE Equipment• Safety Signs• First Aid Consumables• Site Equipment• Cleaning Products The Framework will be let for a period of 48 months.With regards to the budget, it is difficult to quantify as it is subject to fluctuating usage, however historically over the 4-year period CPI have spent approximately £370K. Although this does not represent our budget, nor can CPI guarantee the spend on this Contract the maximum, spend on this permitted on this Contract will be set at £600,000K.This opportunity will be broken down into the following lots:• Lot 1 – Workwear• Lot 2 – PPE• Lot 3 – Safety Equipment and Signage • Lot 4 – Janitorial SuppliesCPI are looking to appoint a minimum of 1 or up to maximum of 3 Contractors per lot.

two.1.5) Estimated total value

Value excluding VAT: £600,000

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

Lot 1 - Workwear

Lot No

1

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
  • UKC1 - Tees Valley and Durham

two.2.4) Description of the procurement

The Contractor must be able to supply a various, items of workwear which are documented in the pricing schedule for this lot. The Contractor must also make sure that all items of workwear supplied on this contract are ethically manufactured.The workwear provided as part of this Contract must also meet all current BS/ EN standards required for the garment. The Contractor must make sure that the workwear is an appropriate quality for the environment it will be worn in and can be maintained without damage or the garment changing significantly to the point where it is unwearable.

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

48

This contract is subject to renewal

Yes

Description of renewals

On expiry of contract

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 5

two.2.10) Information about variants

Variants will be accepted: Yes

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

Lot 2 - PPE

Lot No

2

two.2.2) Additional CPV code(s)

  • 18143000 - Protective gear
  • 18830000 - Protective footwear
  • 35113450 - Protective coats or ponchos
  • 18831000 - Footwear incorporating a protective metal toecap
  • 18444100 - Safety headgear
  • 35113460 - Protective socks or hosiery
  • 35113470 - Protective shirts or pants
  • 35113400 - Protective and safety clothing
  • 18142000 - Safety visors
  • 18444000 - Protective headgear
  • 33735100 - Protective goggles

two.2.3) Place of performance

NUTS codes
  • UKC1 - Tees Valley and Durham

two.2.4) Description of the procurement

The Contractor must be able to supply a various, items of PPE which are documented in the pricing schedule for this lot. The Contractor must also make sure that all items of PPE confirm to all necessary BS/EN standards.

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

48

This contract is subject to renewal

Yes

Description of renewals

On expiry of framework.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 5

two.2.10) Information about variants

Variants will be accepted: Yes

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

Lot 3 - Safety Equipment & Signage

Lot No

3

two.2.2) Additional CPV code(s)

  • 35113000 - Safety equipment
  • 34928470 - Signage
  • 35113100 - Site-safety equipment

two.2.3) Place of performance

NUTS codes
  • UKC1 - Tees Valley and Durham

two.2.4) Description of the procurement

The Contractor must be able to supply a various, Safety Equipment & Signage which are documented in the pricing schedule for this lot. The Contractor must also make sure that all items confirm to all necessary BS/EN standards.

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

48

This contract is subject to renewal

Yes

Description of renewals

On expiry of framework.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 5

two.2.10) Information about variants

Variants will be accepted: Yes

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

Lot 4 - Janitorial Supplies

Lot No

4

two.2.2) Additional CPV code(s)

  • 39830000 - Cleaning products

two.2.3) Place of performance

NUTS codes
  • UKC1 - Tees Valley and Durham

two.2.4) Description of the procurement

The Contractor must be able to supply the various janitorial supplies which are documented in the pricing schedule for this lot. The Contractor must also make sure that all the janitorial supplies confirm to all necessary BS/EN standards.

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

48

This contract is subject to renewal

Yes

Description of renewals

On expiry of framework.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 5

two.2.10) Information about variants

Variants will be accepted: Yes

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

As per the documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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 a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Not Applicable

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

11 July 2024

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: Yes

six.4) Procedures for review

six.4.1) Review body

CPI

Redcar

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

As per the timetable relating to the standstill period.