Section one: Contracting authority
one.1) Name and addresses
Ministry of Defence
SDA, Abbeywood North, Filton
Bristol
BS34 8JH
Contact
Charli Lake
Telephone
+44 3001608579
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Defence
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Branded and Better Fit PPE Contract Notice
Reference number
709170451
two.1.2) Main CPV code
- 35113400 - Protective and safety clothing
two.1.3) Type of contract
Supplies
two.1.4) Short description
Branded and Better Fit Personal Protective Equipment (PPE) is the requirement for a selection of PPE for both males and female, with a specific emphasis on the options for females to have more appropriately fitting equipment.
All of the PPE will require branding, there will be an initial bulk order of PPE items and a mechanism to allow for the additional repeat orders over years 1-4.
two.1.5) Estimated total value
Value excluding VAT: £288,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Branded and Better Fit Personal Protective Equipment (PPE) is the requirement for a selection of PPE for both males and female, with a specific emphasis on the options for females to have more appropriately fitting equipment.
All of the PPE will require branding as well, with an initial logo, which may be subject to change throughout the contract lifecycle.
There will be an initial bulk order of PPE items (including, coveralls, hi-vis foul weather jackets and vests and safety hats) and a mechanism to allow for the additional repeat orders over years 1-4.
As detailed in the ITT pack, there will be a virtual tenderers conference available for potential suppliers to attend where the authority will present the requirement, and respond to any questions.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £288,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
The tender must include a Dynamic Ordering System, tasking mechanism or similar to allow for repeat orders of PPE throughout the contract lifecycle.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
The estimated contract value is £288,000 (ex VAT). If the estimated contract value is over 40% of the suppliers turnover, the authority reserves the right to remove the supplier from being selected to tender except where the supplier provides, to the satisfaction of the Authority, evidence showing it has sufficient economic and financial capability, for example, may include:
A) any additional information providing it has sufficient economic and financial resources to deliver the the requirement; and
B) stating the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond.
A financial assessment will be undertaken on the suppliers financial status.
Minimum level(s) of standards possibly required
The supplier must be able to deliver the requirement to the standards set out in the Statement of Requirement.
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
The supplier must be able to deliver the requirement to the standards set out in the Statement of Requirement.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The Terms and Conditions which the resulting contract will adhere to can be found as part of the ITT pack.
Electronic Trading
Potential suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing and Finance (CP&F) electronic procurement tool. All payments for Contractor Deliverables under the Contract shall only be made via CP&F. More details on CP&F can be found at: https://www.gov.uk/government/publications/mod-contracting-purchasing-and-finance-e-procurement-system/contracting-purchasing-and-finance-cpf-tool
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
2 August 2024
Local time
5:00pm
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
5 August 2024
Local time
9:00am
Place
Abbeywood, Filton, BS34 8JH
Information about authorised persons and opening procedure
The Authority will designate commercial, financial and technical evaluators to review all submitted tenders, and will undergo a moderation.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The Cyber Risk Level for this procurement is Low.
six.4) Procedures for review
six.4.1) Review body
Submarine Delivery Agency - Commercial HQ
Spruce 1A, Abbeywood North, Filton
Bristol
BS34 8JH
Telephone
+44 3001608579
Country
United Kingdom