Construction Contract Leads
North East
Category Goods
Type
No. of Lots 4
Status Active
Published 9th Feb 2024
Reference | ocds-h6vhtk-0438c7 |
Common Procurement Vocabulary | Protective and safety clothing |
Procurement Method | Open procedure |
Value | £50,000,000 |
North East
Category Goods
Type
No. of Lots 4
Status Active
Published 9th Feb 2024
Reference | ocds-h6vhtk-0438c7 |
Common Procurement Vocabulary | Protective and safety clothing |
Procurement Method | Open procedure |
Value | £50,000,000 |
Section I: Contracting authority
I.1) Name and addresses
EFFICIENCY EAST MIDLANDS LIMITED
Unit 3
Alfreton
DE55 2DS
Contact
Rosie Maltby
tenders [at] eem.org.uk
Telephone
+44 1246395610
Country
United Kingdom
NUTS code
UKF - East Midlands (England)
Companies House
07762614
Internet address(es)
Main address
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
PPE, Workwear, Janitorial and Site Equipment Supplies Framework
Reference number
EEM0023
II.1.2) Main CPV code
- 35113400 - Protective and safety clothing
II.1.3) Type of contract
Supplies
II.1.4) Short description
Efficiency East Midlands (EEM) is a procurement consortium which establishes and manages a range of frameworks and DPS agreements. Our membership has now grown to over 340 members including organisations providing services to the whole public sector including housing associations, local authorities, NHS Trusts, Education Providers and Emergency Services.
EEM will be conducting a tender exercise for the renewal of our existing PPE and Site Equipment (EEM0023) which will expire in 2024.
The Framework agreement will be for a period of 48 months and is expected to run from 3rd June 2024 to 2nd June 2028 .
EEM reserve the right to appoint maximum of 6 Suppliers onto each of the categories described below. For the avoidance of doubt we reserve the right to appoint up to 24 Suppliers across the below lots.
Lot 1 of this Framework will cover the supply of PPE.
Lot 2 of this Framework will cover the supply of Workwear.
Lot 3 of this Framework will cover the supply of Janitorial supplies.
Lot 4 of this Framework will cover the supply of Tools, Equipment and Signage.
For further in further information please visit https://www.delta-esourcing.com/ and complete the standard questionnaire and to view the tender documents via Tenderbox access code 8E72D94P7.
II.1.5) Estimated total value
Value excluding VAT: £50,000,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title
Personal Protective Equipment (PPE)
Lot No
1
II.2.2) Additional CPV code(s)
- 18100000 - Occupational clothing, special workwear and accessories
II.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
II.2.4) Description of the procurement
Lot 1 is being created to support Members with their requirement for the supply of Personal Protective Equipment supplies through a counter collection offering and direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.
It is vital for our Members that the supply chain is capable of supplying quality materials at competitive rates but also deliver the required service level requirements to enable them to meet their own objectives and commitments. The key features valued by our Members are:
• Sufficient coverage in their area to support a mobile workforce
• Next day direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.
• Counter collection offering
• Guaranteed stock holding against an agreed core list
• Dedicated Account Manager
• Reporting data to assist with continuous improvement and review of products
• Customer portal availability
The range of products likely to be supplied include, but are not limited to:
Breathing Apparatus
Eye and Face Protection
Fall Management
Head Protection
Hearing Protection
Respiratory Protection
Hand Protection
Safety Footwear
Body Protection
First Aid
II.2.5) Award criteria
Quality criterion - Name: Tender Assessment / Weighting: 30
Quality criterion - Name: Interview and Presentation / Weighting: 20
Cost criterion - Name: Pricing Schedule / Weighting: 35
Cost criterion - Name: Scenario / Weighting: 15
II.2.6) Estimated value
Value excluding VAT: £20,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2) Description
II.2.1) Title
Workwear
Lot No
2
II.2.2) Additional CPV code(s)
- 18130000 - Special workwear
- 18140000 - Workwear accessories
II.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
II.2.4) Description of the procurement
Lot 2 is being created to support Members with their Workwear supplies for health and safety through a counter collection offering and direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.
It is vital for our Members that the supply chain is capable of supplying quality materials at competitive rates but also deliver the required service level requirements to enable them to meet their own objectives and commitments. The key features valued by our Members are:
• Sufficient coverage in their area to support a mobile workforce
• Next day direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.
• Counter collection offering
• Guaranteed stock holding against an agreed core list
• Dedicated Account Manager
• Reporting data to assist with continuous improvement and review of products
• Customer portal availability
The range of products likely to be supplied include, but are not limited to:
Trousers
Polo Shirts
Sweatshirts
T-Shirts
Fleece
Thermal Wear
Jackets
Hi-Visibility Clothing
Weather Wear
II.2.5) Award criteria
Quality criterion - Name: Tender Assessment / Weighting: 30
Quality criterion - Name: Interview and Presentation / Weighting: 20
Cost criterion - Name: Pricing Schedule / Weighting: 35
Cost criterion - Name: Scenario / Weighting: 15
II.2.6) Estimated value
Value excluding VAT: £10,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2) Description
II.2.1) Title
Janitorial Supplies
Lot No
3
II.2.2) Additional CPV code(s)
- 39830000 - Cleaning products
II.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
II.2.4) Description of the procurement
Lot 3 is being created to support Members with their provision of janitorial equipment, specifically referring to tools and machines used to maintain their buildings and facilities through a counter collection offering and direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.
It is vital for our Members that the supply chain is capable of supplying quality materials at competitive rates but also deliver the required service level requirements to enable them to meet their own objectives and commitments. The key features valued by our Members are:
• Sufficient coverage in their area to support a mobile workforce
• Next day direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.
• Counter collection offering
• Guaranteed stock holding against an agreed core list
• Dedicated Account Manager
• Reporting data to assist with continuous improvement and review of products
• Customer portal availability
The range of products likely to be supplied include, but are not limited to Janitorial Supplies and Washroom Hygiene Supplies
II.2.5) Award criteria
Quality criterion - Name: Tender Assessment / Weighting: 30
Quality criterion - Name: Interview and Presentation / Weighting: 20
Cost criterion - Name: Pricing Schedule / Weighting: 35
Cost criterion - Name: Scenario / Weighting: 15
II.2.6) Estimated value
Value excluding VAT: £10,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2) Description
II.2.1) Title
Tools, Equipment and Signage
Lot No
4
II.2.2) Additional CPV code(s)
- 34992200 - Road signs
- 35113100 - Site-safety equipment
- 44423200 - Ladders
II.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
II.2.4) Description of the procurement
Lot 4 is being created to support Members with the supply of Tools, Equipment and Signage for safety or management purposes through a counter collection offering and direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.
It is vital for our Members that the supply chain is capable of supplying quality materials at competitive rates but also deliver the required service level requirements to enable them to meet their own objectives and commitments. The key features valued by our Members are:
• Sufficient coverage in their area to support a mobile workforce
• Next day direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.
• Counter collection offering
• Guaranteed stock holding against an agreed core list
• Dedicated Account Manager
• Reporting data to assist with continuous improvement and review of products
• Customer portal availability
The range of products likely to be supplied include, but are not limited to:
Ladders
Steps
Tools
Workplace Safety Equipment
Health and Safety
II.2.5) Award criteria
Quality criterion - Name: Tender Assessment / Weighting: 30
Quality criterion - Name: Interview and Presentation / Weighting: 20
Cost criterion - Name: Pricing Schedule / Weighting: 35
Cost criterion - Name: Scenario / Weighting: 15
II.2.6) Estimated value
Value excluding VAT: £10,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please refer to the tender pack.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.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: 24
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
5 April 2024
Local time
2:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.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)
IV.2.7) Conditions for opening of tenders
Date
5 April 2024
Local time
2:30pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The call-off contract's to be awarded pursuant to the Framework Agreements to be entered at conclusion of the procurement exercise begun by publication of the Contract Notice may extend for a duration of up to five years beyond expiry of the four-year term of the Framework Agreement.
Please note that the total potential framework value stated within this notice is in relation to the full 4-year framework and takes into consideration the lot structure, length of call off contracts and that the EEM membership may grow over the framework lifetime.
Where the contract notice states a maximum of suppliers to be
appointed to the Framework. EEM reserves the right to appoint less than the numbers
stated. This framework is being procured by Efficiency East Midlands Ltd (EEM) on behalf of
their members and the other organisations described below as being authorised users. The following contracting authorities will be entitled to agree and award contracts under this
framework agreement as Authorised Users:
1) any Member of EEM which for the avoidance of doubt currently includes 3 partner consortia -
West Works (https://www.westworks.org.uk)
Advantage South West(https://www.advantagesouthwest.co.uk and South East Consortium
(https://www.southeastconsortium.org.uk)
A full list of current members is available at www.eem.org.uk
2) any future member of EEM or our partner consortia and in all cases being an organisation which has applied to join EEM or
our partner consortia in accordance with the applicable constitutional documents;
3) An EEM participant being an organisation which is neither a current or EEM member (as defined at 1 above) nor a future member of EEM (as defined at 2 above). Further details regarding the authorised users of this framework can be found in the ITT documents.
For further in further information please visit https://www.delta-esourcing.com/ and complete the standard questionnaire and to view the tender documents via Tenderbox access code 86E72D94P7.
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom
VI.4.2) Body responsible for mediation procedures
Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom
VI.4.4) Service from which information about the review procedure may be obtained
The Cabinet Office
Correspondence Team, Cabinet Office, Whitehall
London
SW1A 2AS
Country
United Kingdom