Opportunity

Personal Protective Equipment & Corporate Workwear Framework Agreement - ORE/21/088

  • Offshore Renewable Energy Catapult

F02: Contract notice

Notice reference: 2021/S 000-030381

Published 7 December 2021, 3:12pm



Section one: Contracting authority

one.1) Name and addresses

Offshore Renewable Energy Catapult

Inovo, 121 George Street

Glasgow

G1 1RD

Contact

Mr Craig Corbett

Email

procurement@ore.catapult.org.uk

Telephone

+44 3330041418

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.ore.catapult.org.uk

Buyer's address

https://www.ore.catapult.org.uk

one.3) Communication

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

https://procontract.due-north.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Research & Development


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Personal Protective Equipment & Corporate Workwear Framework Agreement - ORE/21/088

Reference number

DN586254

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

The purpose of this ITT is to assist ORE Catapult in establishing a Framework for the supply of Personal Protective Equipment (PPE) & Corporate Workwear by appointing professional, reliable Suppliers to meet their ongoing requirements.

two.1.5) Estimated total value

Value excluding VAT: £250,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Personal Protective Equipment (“PPE”)

Lot No

1

two.2.2) Additional CPV code(s)

  • 35113400 - Protective and safety clothing

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

ORE Catapult has a duty of care to provide their personnel, at all their sites around the UK, with PPE which meets the requirements of the Personal Protective Equipment at Work Regulations 1992 (as amended).

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: £200,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

1

two.2.14) Additional information

Products / Services called-off under the terms of this Personal Protective Equipment & Corporate Workwear Framework Agreement, may be co-financed by the European Regional Development Fund (ERDF).

two.2) Description

two.2.1) Title

Corporate Workwear

Lot No

2

two.2.2) Additional CPV code(s)

  • 18222000 - Corporate clothing

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

ORE Catapult provide their personnel, at all their sites around the UK, with certain items of corporate workwear.

The corporate workwear items issued to ORE Catapult personnel shall be in-line with the standards and regulations relative to the garments

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: £50,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

1

two.2.14) Additional information

Products / Services called-off under the terms of this Personal Protective Equipment & Corporate Workwear Framework Agreement, may be co-financed by the European Regional Development Fund (ERDF).


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 3

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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.2.2) Time limit for receipt of tenders or requests to participate

Date

26 January 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

26 January 2022

Local time

12:05pm

Place

Glasgow, UK

Information about authorised persons and opening procedure

One member of ORE Catapult Procurement Team plus one other person shall break the seal & verify all responses.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In the first instance, all appeals should be promptly brought to the attention of the contact specified in Section I above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including without limitation, the Public Contracts Regulations 2015. In accordance with the Public Contracts Regulations 2015, the contracting authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.

As the UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions, any challenges will be dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulations 2015.