Tender

Supply of Workwear and Personal Protective Equipment (PPE)

  • The Council of the Borough of Kirklees

F02: Contract notice

Notice identifier: 2023/S 000-027771

Procurement identifier (OCID): ocds-h6vhtk-03e3eb

Published 20 September 2023, 12:20pm



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

Email

Alistair.Kimpton@kirklees.gov.uk

Telephone

+44 1484221000

Country

United Kingdom

Region code

UKE44 - Calderdale and Kirklees

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.kirklees.gov.uk

Buyer's address

https://yortender.eu-supply.com/login.asp?B=YORTENDER

one.3) Communication

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

https://yortender.eu-supply.com/login.asp?B=YORTENDER

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://yortender.eu-supply.com/login.asp?B=YORTENDER

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

Kirklees 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.

The procurement documents are available for interested suppliers to download from YORtender - https://uk.eu-supply.com/login.asp?B=YORTENDER

two.1.5) Estimated total value

Value excluding VAT: £2,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 18100000 - Occupational clothing, special workwear 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.

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.

The procurement documents are available for interested suppliers to download from YORtender - https://uk.eu-supply.com/login.asp?B=YORTENDER

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.2.14) 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. This Specification is part of the Tender Documents that are published in relation to this Notice and can be found at: https://yortender.eu-supply.com/login.asp?B=YORTENDER


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 incorporated a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract was communicated to economic operators. This period allowed 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 Regulations2015 (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