Tender

Garment Rental & Laundry Services

  • Peel Ports Investments Limited

F05: Contract notice – utilities

Notice identifier: 2021/S 000-026449

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

Published 21 October 2021, 5:10pm



Section one: Contracting entity

one.1) Name and addresses

Peel Ports Investments Limited

Maritime Centre

Liverpool

L21 1LA

Contact

Melissa Cuddy

Email

Melissa.Cuddy@peelports.com

Telephone

+44 01519496078

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

5433920

Internet address(es)

Main address

https://www.peelports.com

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/91299

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=38240&B=PEELPORTS

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=38240&B=PEELPORTS

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

one.6) Main activity

Port-related activities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Garment Rental & Laundry Services

Reference number

PPIL/C0089/PRO42/

two.1.2) Main CPV code

  • 98311100 - Laundry-management services

two.1.3) Type of contract

Services

two.1.4) Short description

The purpose of this procurement is to provide rental workwear (boilersuit/jacket/pants) & locker rental, repair and laundry service, collection & delivery for multiple divisions across Peel Ports Investments Limited and its subsidiaries. Initially this will involve roll out at The Mersey Docks & Harbour Company (MDHC) and maybe extended to other group ports depending on the success of the initial roll out. The requirement is that all garments are fully traceable using a barcode system/RFID (or alternative equivalent), delivery to assigned wearers lockers and delivery/collection dates are pre-agreed and honoured.

two.1.5) Estimated total value

Value excluding VAT: £768,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 98311000 - Laundry-collection services
  • 98311200 - Laundry-operation services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The key requirements of this Agreement will be;

• Ensure all wearers have clean garments to carry out every day duties on the port and remain compliant with Health & Safety Regulations

• The Supplier must conduct a robust handover exercise upon award, ensuring wearers are not at any time left without wearable garments during this process

• The Supplier will be expected to propose suitable garment types in line with the specification given

• All garments must be fully traceable using a barcode system/RFID (or alternative equivalent)

• The Supplier will deliver the workwear to Peel Ports premises and into the personal lockers which are linked to each individual wearer. We require the lockers to be delivered and installed by the supplier for each division

• The Supplier is expected to work closely with all tier one contacts for each division and escalation contacts.

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: £768,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

No

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

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Peel Ports aims to award to a single successful Tenderer under an 4 year fixed term Agreement with the option to extend for a further 4 years in 1 year increments for the provision of Goods & Services

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

Negotiated procedure with prior call for competition

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

12 November 2021

Local time

4:00pm

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

High Court of England & Wales

7 Rolls Buildings

London

EC4A 1NL

Country

United Kingdom