Section one: Contracting authority
one.1) Name and addresses
Belfast City Council
9 - 21 Adelaide Street
Belfast
BT2 8DJ
Country
United Kingdom
NUTS code
UKN06 - Belfast
Internet address(es)
Main address
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