Section one: Contracting authority
one.1) Name and addresses
The Council of the Borough of Kirklees
Town Hall, Ramsden Street
Huddersfield
HD1 2TA
Contact
Alistair Kimpton
Alistair.Kimpton@kirklees.gov.uk
Telephone
+44 1484221000
Country
United Kingdom
Region code
UKE44 - Calderdale and Kirklees
National registration number
GB184352457
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104104
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=73095&B=UK
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=73095&B=UK
Tenders or requests to participate must be submitted to the above-mentioned address
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
Supply of Workwear and Personal Protective Equipment (PPE)
Reference number
KMCCW-058
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
Tenders are invited by the Council from Suppliers with relevant experience and ability to demonstrate sufficient capacity for the Supply of Workwear and Personal Protective Equipment (PPE). The Council is seeking to appoint one organisation via a 'One Stop Shop' for the supply of Workwear and Personal Protective Equipment that is reliable, cost effective, can supply high quality items of workwear and PPE to all Council departments, provide a high level of customer service and achieves Social Value outcomes for the Kirklees district.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 18000000 - Clothing, footwear, luggage articles and accessories
- 18200000 - Outerwear
- 18300000 - Garments
- 18400000 - Special clothing and accessories
- 18810000 - Footwear other than sports and protective footwear
- 18830000 - Protective footwear
- 33735000 - Goggles
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
Main site or place of performance
Kirklees, West Yorkshire, UK
two.2.4) Description of the procurement
Tenders are invited by the Council from Suppliers with relevant experience and ability to demonstrate sufficient capacity for the Supply of Workwear and Personal Protective Equipment (PPE). The Council is seeking to appoint one organisation via a 'One Stop Shop' for the supply of Workwear and Personal Protective Equipment that is reliable, cost effective, can supply high quality items of workwear and PPE to all Council departments, provide a high level of customer service and achieves Social Value outcomes for the Kirklees district.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
There is a possibility that the contract will be subject to renewal during the final year of the Contract.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The anticipated commencement date for the contract is 1st June 2024 for a period of 3 years until 31st May 2027. The Council may extend the Contract for one period of 12 months to 31st May 2028.
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
This exercise is an Open Procedure in accordance with the requirements under Reg. 27 of the Public Contracts Regulations 2015 (SI 2015/102) for the purpose of procuring the Services as described in the contracting authorities Specification & Appendices thereto.
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
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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: 2023/S 000-020982
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 October 2023
Local time
1:00pm
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
20 October 2023
Local time
1:01pm
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.3) Additional information
Provided that the tender is submitted fully in accordance with the requirements set out within the Specification and the remaining sections of the procurement documents, the contracts will be awarded on the basis of the Most Economically Advantageous Tender based on the evaluation criteria contained within the procurement documents.
Further specifics on the award criteria can be found in the procurement documentation that is available to access at https://yortender.eu-supply.com/login.asp?B=YORTENDER
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework),Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contracts Regulations 2015 (SI 2015/102), the contracting authority will incorporate a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract is communicated to economic operators. This period allows any unsuccessful economic operator(s) to seek further debriefing from the contracting authority before the award of the Contract to the successful economic operators. Such additional information should be requested from the address at Sections I.1 and I.3 of this Notice above. If an appeal regarding the award of the Contract has not been successfully resolved, then the Public Contracts Regulations 2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within thirty (30) days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had arisen. The Court may extend the time limited for starting proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than three (3) months after that date. Where the Contract has not been awarded, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If however the Contract has been awarded, the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the Contract to be ineffective.