By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Supply of personal protective equipment, corporate uniforms, workwear and leisurewear.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

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)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities

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

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Supply of personal protective equipment, corporate uniforms, workwear and leisurewear.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Wales.

NUTS code UKL

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 12

Duration of the framework agreement

Duration in years: 3

Estimated 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
II.1.5)Short description of the contract or purchase(s)
The Isle of Anglesey Council are conducting a competitive tendering exercise in order to set up a framework agreement for the supply of personal protective equipment, corporate uniforms, workwear and leisurewear divided into the following lots:
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.
II.1.6)Common procurement vocabulary (CPV)

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

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
Options: yes
Description of these options: Initial Framework of 3 years with the option to extend for up to an additional 12 months (1 year).
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: Lot 1a General Personal Protective Equipment
1)Short description
General personal protective equipment.
2)Common procurement vocabulary (CPV)

35113400, 18830000, 18831000, 18141000, 18424000, 18424300

3)Quantity or scope
- protective workwear (including High visibility,flame retardent and waterproof items),
- eye and face protection,
- hand protection,
- safety footwear.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Lot 1b Forestry
1)Short description
Forestry PPE products, mainly related to chainsaw activities.
2)Common procurement vocabulary (CPV)

03440000, 35113400, 18143000, 18444000, 18830000, 18831000

3)Quantity or scope
- protective clothing,
- head and face protection,
- protective footwear.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 6 Lot title: Lot 3 Leisurewear
1)Short description
Leisure and sportswear.
2)Common procurement vocabulary (CPV)

18330000, 18412000

3)Quantity or scope
Core list of 13 items.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Lot 1c Water
1)Short description
Safety products for officers working in water and marine environments..
2)Common procurement vocabulary (CPV)

18221000, 18811000, 34930000, 35113400

3)Quantity or scope
- footwear and waders,
- flotation and miscellaneous (including: life jackets, dry suit, flotation suit).
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Lot 2a General Workwear
1)Short description
General workwear, corporate uniforms, outerwear.
2)Common procurement vocabulary (CPV)

18222000, 18140000, 18230000, 18224000, 18220000, 18815100

3)Quantity or scope
- tops (T-shirts, polo shirts, sweatshirts, sweaters),
- 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).
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Lot 2b Suiting
1)Short description
Corporate suiting items.
2)Common procurement vocabulary (CPV)

18222100, 18222000

3)Quantity or scope
- womenswear (items include: jackets, trousers, skirts, dresses, cardigans, scarves, blouses),
- menswear (items include: jackets, trousers, cardigans, ties, shirts).
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(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.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(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.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria

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

IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
CSYM 01/13
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2013/S 123-210406 of 27.6.2013

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
8.11.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
(WA Ref:2923)
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
11.10.2013