Tender

Provision of PPE and Clothing

  • YORKSHIRE WATER SERVICES LIMITED

F05: Contract notice – utilities

Notice identifier: 2023/S 000-021032

Procurement identifier (OCID): ocds-h6vhtk-03e408

Published 21 July 2023, 8:58am



Section one: Contracting entity

one.1) Name and addresses

YORKSHIRE WATER SERVICES LIMITED

Western House,Western Way, Buttershaw

BRADFORD

BD62SZ

Contact

Beatriz Sambonovich

Email

sambonob@yw.co.uk

Country

United Kingdom

Region code

UKE - Yorkshire and the Humber

Companies House

2366682

Internet address(es)

Main address

https://www.yorkshirewater.com/

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

http://www.yorkshirewater.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://service.ariba.com

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of PPE and Clothing

two.1.2) Main CPV code

  • 18000000 - Clothing, footwear, luggage articles and accessories

two.1.3) Type of contract

Supplies

two.1.4) Short description

We hereby invite expressions of interest for the establishment of a Supply Agreement encompassing a comprehensive range of Personal Protective Equipment (PPE) and Clothing. This tender will not be divided into separate lots and will cover all necessary PPE and clothing items required.

The purpose of this tender process is to select qualified suppliers who can effectively and efficiently deliver high-quality PPE and clothing throughout the duration of the agreement.

Please note that any estimated quantities or values provided in this, or other associated documentation are for guidance purposes only. They do not impose any obligation on the organization to purchase specific quantities if a bidder is successful and enters into an Agreement.

Interested suppliers are encouraged to submit their expressions of interest in accordance with the instructions provided in the tender documents. We eagerly await proposals from qualified suppliers who can meet our PPE and clothing requirements to the highest standards.

two.1.5) Estimated total value

Value excluding VAT: £3,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

This tender is seeking a single supplier for a comprehensive Personal Protective Equipment (PPE) and clothing contract, without any specific lots. The initial contract duration is three years, with the flexibility to extend for up to two additional years (+1 or +2). The estimated annual value of the contract is approximately £1,000,000 GBP, resulting in an estimated total value of £3,000,000 GBP over the three-year period.

The primary objective is to identify a supplier with the capability to meet diverse PPE and clothing requirements effectively. Suppliers are expected to provide comprehensive quotes encompassing a wide range of items, including gloves, goggles, respirators, coveralls, helmets, footwear, and high-visibility clothing. Moreover, the tender welcomes suppliers who can offer additional services that enhance the overall PPE and clothing provision.

While having the ability to supply additional services is advantageous, suppliers focusing solely on meeting the primary requirements will still be considered. The final decision regarding the potential expansion of the contract scope will be made during the evaluation process.

YWS shall reserve the right to award single or multiple lots to achieve the best overall commercial solution.

Process:

In the first instance the expression of interests to participate must be submitted via email to Constantine Metcalf and Beatriz Sambonovich (constantine.metcalf@yorkshirewater.co.uk / beatriz.sambonovich@yorkshirewater.co.uk ) SQ will be issued to the bidders upon a receipt of an expression of interest. The bidders will then be assessed over two stages:

First Stage - Qualification: The initial phase of the tender process will involve a thorough assessment of bidders' capabilities through supplier qualification. Bidders will be required to provide evidence of their qualifications for the tender, along with responses to qualitative questions. Additionally, YWS may conduct reference checks with relevant stakeholders to verify the bidders' capabilities.

Scoring criteria for each of the SQ questions will be shared alongside the questionnaire. Bidders that do not meet the minimum criteria, will be excluded from the process at this stage.

Second stage - Invitation To Tender (ITT): Second Stage - Invitation to Tender (ITT): Thee ITT stage will include two phases:

1) Suppliers will be evaluated based on qualitative and commercial factors for each lot. Clear scoring criteria ensure transparency and fairness.

2) Suppliers will participate in a Revese eAuction, an online bidding process, adjusting bids in real-time to offer the most economically advantageous proposals.

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

36

This contract is subject to renewal

Yes

Description of renewals

The contract duration is initially set for three years, with the potential for and extension of up to 2 years, providing flexibility for either a 1+1 arrangement or a straight 2-years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: 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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction

The EAuction will take place as the second stage of our Invitation To Tender (ITT), which will consist of:

1) Stage 1: Suppliers will be evaluated based on qualitative and commercial factors for each lot (including the provision of an initial pricing). Clear scoring criteria will be used to ensure transparency and fairness.

2) Stage 2: After an initial evaluation, Suppliers will be invited to participate in a Reverse EAuction, an online bidding process in which bids are adjusted real-time to offer the most economically advantageous proposals.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

21 August 2023

Local time

5:00pm

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: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Yorkshire Water Services Limited

Bradford

BD6 2SZ

Country

United Kingdom