Contract

T2185 - Supply and delivery of Workwear and PPE

  • Belfast City Council

F03: Contract award notice

Notice identifier: 2022/S 000-023013

Procurement identifier (OCID): ocds-h6vhtk-02f0ce

Published 18 August 2022, 4:03pm



Section one: Contracting authority

one.1) Name and addresses

Belfast City Council

9 - 21 Adelaide Street

Belfast

BT2 8DJ

Email

cps@belfastcity.gov.uk

Country

United Kingdom

NUTS code

UKN06 - Belfast

Internet address(es)

Main address

www.belfastcity.gov.uk

Buyer's address

https://e-sourcingni.bravosolution.co.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

T2185 - Supply and delivery of Workwear and PPE

Reference number

T2185

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

Belfast City Council (“the Council”) has awarded a contract for the supply and delivery of workwear and PPE following an open tender procedure.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1,500,000

two.2) Description

two.2.1) Title

Lot 1 – the supply and delivery of branded uniforms and workwear;

Lot No

1

two.2.2) Additional CPV code(s)

  • 18100000 - Occupational clothing, special workwear and accessories

two.2.3) Place of performance

NUTS codes
  • UKN06 - Belfast
Main site or place of performance

Belfast

two.2.4) Description of the procurement

This Contract is for the supply and delivery of a range of workwear and PPE. This Lot 1 is for the supply and delivery of branded uniforms and workwear.

two.2.5) Award criteria

Quality criterion - Name: Achieving the Contract Objectives / Weighting: 20%

Quality criterion - Name: Contract and Performance Management / Weighting: 20%

Price - Weighting: 60%

two.2.11) Information about options

Options: Yes

Description of options

The Contract shall be effective from the date of award of Contract for an initial period of 3 years.

The Council reserves the right to extend/renew the Contract up to a further 2 years (1 year + 1 year periods). Any extension may be subject to further approval by Council Committee, availability of funding and satisfactory performance of the Contractor.

The Council reserves the right to purchase the following additional Goods or Services under this Contract during the Contract Period: -

Additional items to reflect the changing company requirements or changes to applicable legislation (e.g. H&S, environmental or COVID) . This may include variants of the items listed in Schedule 3 – Pricing Schedules;

Additional requirements for specific individual employee requirements e.g. face fit testing, prescription safety glasses, medically prescribed PPE or workwear etc.;

Option for the recycling of Council garments to voluntary, charity or social enterprise sector including the donation of redundant stock.

Large scale Goods rebranding exercises or other projects by the Council where large bulk purchases are required may be subject to price negotiation based on economies of scale. The Council reserves the right to explore/ use other procurement options in these circumstances where value for money is not demonstrated.

The Council reserves the right to add or remove items from the Contract in line with the Council’s requirements. Where the Council identifies an item they require that is not listed within the Pricing Schedule, the Contractor must provide the product at the catalogue price less the discount level applied to similar items priced in the Pricing Schedule.

Any contract variation may be subject to further Council internal approvals and be in accordance with the provisions of the Public Contracts Regulations.

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 – the supply and delivery of footwear and gloves

Lot No

2

two.2.2) Additional CPV code(s)

  • 18100000 - Occupational clothing, special workwear and accessories
  • 18141000 - Work gloves
  • 18800000 - Footwear

two.2.3) Place of performance

NUTS codes
  • UKN06 - Belfast
Main site or place of performance

Belfast

two.2.4) Description of the procurement

This Contract is for the supply and delivery of a range of workwear and PPE. This Lot 2 is for the supply and delivery of footwear and gloves

two.2.5) Award criteria

Quality criterion - Name: Achieving the Contract Objectives / Weighting: 20%

Quality criterion - Name: Contract and Performance Management / Weighting: 20%

Price - Weighting: 60%

two.2.11) Information about options

Options: Yes

Description of options

The Contract shall be effective from the date of award of Contract for an initial period of 3 years.

The Council reserves the right to extend/renew the Contract up to a further 2 years (1 year + 1 year periods). Any extension may be subject to further approval by Council Committee, availability of funding and satisfactory performance of the Contractor.

The Council reserves the right to purchase the following additional Goods or Services under this Contract during the Contract Period: -

Additional items to reflect the changing company requirements or changes to applicable legislation (e.g. H&S, environmental or COVID) . This may include variants of the items listed in Schedule 3 – Pricing Schedules;

Additional requirements for specific individual employee requirements e.g. face fit testing, prescription safety glasses, medically prescribed PPE or workwear etc.;

Option for the recycling of Council garments to voluntary, charity or social enterprise sector including the donation of redundant stock.

Large scale Goods rebranding exercises or other projects by the Council where large bulk purchases are required may be subject to price negotiation based on economies of scale. The Council reserves the right to explore/ use other procurement options in these circumstances where value for money is not demonstrated.

The Council reserves the right to add or remove items from the Contract in line with the Council’s requirements. Where the Council identifies an item they require that is not listed within the Pricing Schedule, the Contractor must provide the product at the catalogue price less the discount level applied to similar items priced in the Pricing Schedule.

Any contract variation may be subject to further Council internal approvals and be in accordance with the provisions of the Public Contracts Regulations.

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 - the supply and delivery of PPE.

Lot No

3

two.2.2) Additional CPV code(s)

  • 18100000 - Occupational clothing, special workwear and accessories

two.2.3) Place of performance

NUTS codes
  • UKN06 - Belfast
Main site or place of performance

Belfast

two.2.4) Description of the procurement

This Contract is for the supply and delivery of a range of workwear and PPE. This Lot 3 is the supply and delivery of PPE.

two.2.5) Award criteria

Quality criterion - Name: Achieving the Contract Objectives / Weighting: 20%

Quality criterion - Name: Contract and Performance Management / Weighting: 20%

Price - Weighting: 60%

two.2.11) Information about options

Options: Yes

Description of options

The Contract shall be effective from the date of award of Contract for an initial period of 3 years.

The Council reserves the right to extend/renew the Contract up to a further 2 years (1 year + 1 year periods). Any extension may be subject to further approval by Council Committee, availability of funding and satisfactory performance of the Contractor.

The Council reserves the right to purchase the following additional Goods or Services under this Contract during the Contract Period: -

Additional items to reflect the changing company requirements or changes to applicable legislation (e.g. H&S, environmental or COVID) . This may include variants of the items listed in Schedule 3 – Pricing Schedules;

Additional requirements for specific individual employee requirements e.g. face fit testing, prescription safety glasses, medically prescribed PPE or workwear etc.;

Option for the recycling of Council garments to voluntary, charity or social enterprise sector including the donation of redundant stock.

Large scale Goods rebranding exercises or other projects by the Council where large bulk purchases are required may be subject to price negotiation based on economies of scale. The Council reserves the right to explore/ use other procurement options in these circumstances where value for money is not demonstrated.

The Council reserves the right to add or remove items from the Contract in line with the Council’s requirements. Where the Council identifies an item they require that is not listed within the Pricing Schedule, the Contractor must provide the product at the catalogue price less the discount level applied to similar items priced in the Pricing Schedule.

Any contract variation may be subject to further Council internal approvals and be in accordance with the provisions of the Public Contracts Regulations.

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 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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-026977


Section five. Award of contract

Contract No

1

Lot No

1

Title

Lot 1 – the supply and delivery of branded uniforms and workwear

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

25 April 2022

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 7

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Tailored Image Ltd

8A The Linen Green

Dungannon

BT71 7HB

Country

United Kingdom

NUTS code
  • UKN0B - Mid Ulster
National registration number

NI34580

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £650,000


Section five. Award of contract

Contract No

2

Lot No

2

Title

Lot 2 - supply and delivery of footwear and gloves

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

25 April 2022

five.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 6

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Arco Limited

PO Box 21 Waverley Street

Hull

HU1 2SJ

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
National registration number

133804

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £600,000


Section five. Award of contract

Contract No

3

Lot No

3

Title

Lot 3 - sSupply and delivery of PPE

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

25 April 2022

five.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 6

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Antrim Supplies (Workwear) Ltd

24 Mallusk Road

Newtownabbey

BT36 4PP

Country

United Kingdom

NUTS code
  • UKN0D - Antrim and Newtownabbey
National registration number

NI17894

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £150,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Chichester Street

Belfast

BT2 8DJ

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Chichester

Belfast

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Department of Justice

Belfast

Country

United Kingdom