Tender

Supply and Delivery of Personal Protective Equipment (Industrial and Clinical) and Corporate Workwear/Uniforms

  • Leeds City Council - PACS

F02: Contract notice

Notice identifier: 2023/S 000-034302

Procurement identifier (OCID): ocds-h6vhtk-041b5c

Published 20 November 2023, 3:55pm



Section one: Contracting authority

one.1) Name and addresses

Leeds City Council - PACS

Civic Hall

Leeds

LS11UR

Contact

Philippa Elliott

Email

philippa.elliott@leeds.gov.uk

Telephone

+44 1133785882

Country

United Kingdom

Region code

UKE42 - Leeds

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.leeds.gov.uk

one.3) Communication

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

https://yortender.eu-supply.com/

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/

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 and Delivery of Personal Protective Equipment (Industrial and Clinical) and Corporate Workwear/Uniforms

Reference number

79899

two.1.2) Main CPV code

  • 18222000 - Corporate clothing

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Council is seeking to appoint suppliers who are able to provide a high quality and value for money service in the provision of Personal Protective Equipment and corporate workwear to all Leeds City Council services.

two.1.5) Estimated total value

Value excluding VAT: £3,600,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Lot 1 - Personal Protective Equipment (Industrial clothing and equipment)

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
  • UKE42 - Leeds
Main site or place of performance

Leeds geographical area

two.2.4) Description of the procurement

Industrial Personal Protection Equipment (PPE) - all equipment which is worn or held to protect against risks to health or safety. The main legislation governing PPE at work is the Personal Protective Equipment at Work (Amendment) Regulations 2022. PPE includes the following, when worn for health and safety protection:

(a) Protective clothing (e.g. aprons, gloves, footwear, helmets, high visibility clothing this includes high visibility clothing which gives protection against the weather).

(b) Protective equipment (e.g. eye protectors, respirators, ear defenders, safety harnesses, first aid requirements).

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: £1,800,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework will be renewed at the end of the contract period.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Initial contract period 36 months plus 1 x 12 months extension.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.14) Additional information

Suppliers must be capable of receiving electronic orders by making their catalogue available on-line. The e-ordering system must distinguish between users and delivery points. It must have capability for the Council to authorise orders and have the ability to restrict buyer choice to only the core product list.

two.2) Description

two.2.1) Title

Lot 2 Clinical Personal Protective Equipment (PPE)

Lot No

2

two.2.2) Additional CPV code(s)

  • 18100000 - Occupational clothing, special workwear and accessories

two.2.3) Place of performance

NUTS codes
  • UKE42 - Leeds
Main site or place of performance

Leeds geographical area.

two.2.4) Description of the procurement

PPE means all equipment which is worn or held to protect against risks to health or safety. The main legislation governing PPE at work is the Personal Protective Equipment at Work (Amendment) Regulations 2022. PPE includes the following, when worn for health and safety protection:-

(a) Protective clothing (e.g. aprons, gloves, footwear).

(b) Protective equipment (e.g. eye protectors, face masks, respirators, first aid requirements & hand sanitisers).

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: £1,400,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The contract will be renewed at the end of the contract period.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Initial contract period 36 months plus 1 x 12 months extension.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.14) Additional information

Suppliers must be capable of receiving electronic orders by making their catalogue available on-line. The e-ordering system must distinguish between users and delivery points. It must have capability for the Council to authorise orders and have the ability to restrict buyer choice to only the core product list.

two.2) Description

two.2.1) Title

Lot 3 Corporate workwear & uniforms

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
  • UKE42 - Leeds
Main site or place of performance

Leeds geographical area

two.2.4) Description of the procurement

Corporate workwear is clothing worn by staff of the organisation participating in that organisation's activity. This includes corporate uniforms and durable heavy duty clothing for manual roles in the workplace which provides a distinctive corporate image (this includes clothing, which gives protection against the weather, where a high visibility product is not required). These items may be branded with the Leeds City Council Logo and/or corporate colours or unbranded, but with an agreed tax tag.

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: £440,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The contract will be renewed at the end of the contract period.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Initial contract period 36 months plus 1 x 12 months extension.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.14) Additional information

Suppliers must be capable of receiving electronic orders by making their catalogue available on-line. The e-ordering system must distinguish between users and delivery points. It must have capability for the Council to authorise orders and have the ability to restrict buyer choice to only the core product list.


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

Date

20 December 2023

Local time

12:00pm

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

20 December 2023

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: November 2027

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

Interested parties can download the Standard Selection Questionnaire and Tender documentation directly from https://www.yortender.eu-supply.com by using the scheme number 79899.

Requests for documentation should not be made by telephone or e-mail. The documentation should be completed and returned by no later than the deadline specified in IV.2.2. Late submissions will not be accepted.

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further information from the contracting authority before the contract is entered into.

Such additional information should be requested from the addressee found in I.1. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (SI 2015 No 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 brought promptly (within 30 days beginning with the date when the economic operator first knew or ought to have known that grounds for such action had arisen).

Where a contract has not been entered into the court may order the setting aside of the award decision or order the authority to amend any document and may award damages. Following the correct implementation of a10 day standstill period and publication of appropriate notices the court may only award damages once the contract has been entered into