Supply of personal protective equipment, corporate uniforms, workwear and leisurewear.
Contract notice
Supplies
Section I: Contracting authority
Isle of Anglesey County Council
Council Offices, Llangefni
For the attention of: Zoe Fisher
LL77 7TW Anglesey
UNITED KINGDOM
Telephone: +44 1248752136
Fax: +44 1248752180
Internet address(es):
General address of the contracting authority: www.anglesey.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0369
Electronic submission of tenders and requests to participate: www.etenderwales.bravosolution.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
The contracting authority is purchasing on behalf of other contracting authorities: yes
Isle of Anglesey County Council
Gwynedd Council
Conwy County Borough Council
Denbighshire County Council
Flintshire County Council
Wrexham County Borough Council
Natural Resources Wales
Details of all Welsh Public Sector Organisations permitted to use the framework available in tender documents.
Section II: Object of the contract
Purchase
Main site or location of works, place of delivery or of performance: Wales.
NUTS code UKL
maximum number of participants to the framework agreement envisaged: 12
Duration of the framework agreement
Duration in years: 3Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:Range: between 1 000 000 and 4 000 000 GBP
1. Personal Protective Equipment
Lot 1a - General PPE
Lot 1b - Forestry
Lot 1c - Marine/Water
2. Workwear and uniforms
Lot 2a - General Workwear
Lot 2b - Suiting
3. Leisurewear
Lot 3a - Leisurewear
Framework Agreements will be awarded to the two highest scoring suppliers in each of the 6 lots. Bidders are permitted to apply for whatever combination of lots they wish. Each Lot will be awarded on it's own merits.
18143000, 03440000, 34930000, 18114000, 18141000, 18142000, 18213000, 18220000, 18221000, 18222000, 18222100, 18223000, 18224000, 18231000, 18232000, 18233000, 18234000, 18235000, 18412000, 18423000, 18424000, 18443000, 18443500, 18444000, 18831000, 18815100, 35113400
Tenders may be submitted for one or more lots
Description of these options: Initial Framework of 3 years with the option to extend for up to an additional 12 months (1 year).
Information about lots
Lot No: 1 Lot title: Lot 1a General Personal Protective Equipment35113400, 18830000, 18831000, 18141000, 18424000, 18424300
- eye and face protection,
- hand protection,
- safety footwear.
03440000, 35113400, 18143000, 18444000, 18830000, 18831000
- head and face protection,
- protective footwear.
18330000, 18412000
18221000, 18811000, 34930000, 35113400
- flotation and miscellaneous (including: life jackets, dry suit, flotation suit).
18222000, 18140000, 18230000, 18224000, 18220000, 18815100
- shirts and blouses,
- trousers and skirts,
- standard outerwear (items including: waterproof trousers, jackets, soft-shells),
- accessories,
- technical outdoorwear (base layers, mid layers, trousers, hiker boots).
18222100, 18222000
- menswear (items include: jackets, trousers, cardigans, ties, shirts).
Section III: Legal, economic, financial and technical information
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
(1) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.
(2) An indication of the proportion of the contract which the services provider intends possibly to subcontract:
- formally documented and implemented health and safety policy,
- formally documented and implemented quality management policy,
- formally documented and implemented environmental policy,
- formally documented and implemented ethical trading policy.
See the tender documents for further information.
Section IV: Procedure
The most economically advantageous tender in terms of the criteria stated below
1. Price.. Weighting 50
2. Product.. Weighting 10
3. Product samples.. Weighting 15
4. Product trial.. Weighting 10
5. Customer service.. Weighting 10
6. Sustainability.. Weighting 5
Prior information notice
Notice number in the OJEU: 2013/S 123-210406 of 27.6.2013
Section VI: Complementary information