Construction Tenders

Tue July 16 2024

Related Information

Construction Contract Leads

United Kingdom

Category Goods

Type

No. of Lots 1

Status Active

Published 28th Jun 2024

Tender Details
Referenceocds-h6vhtk-04733c
Common Procurement VocabularyProtective and safety clothing
Procurement MethodOpen procedure
Value£288,000
« Previous Page

United Kingdom

Category Goods

Type

No. of Lots 1

Status Active

Published 28th Jun 2024

Tender Details
Referenceocds-h6vhtk-04733c
Common Procurement VocabularyProtective and safety clothing
Procurement MethodOpen procedure
Value£288,000

Section I: Contracting authority

I.1) Name and addresses

Ministry of Defence

SDA, Abbeywood North, Filton

Bristol

BS34 8JH

Contact

Charli Lake

Email

charli.lake105 [at] mod.gov.uk

Telephone

+44 3001608579

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.contracts.mod.uk/

I.3) Communication

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

http://www.contracts.mod.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.contracts.mod.uk/

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Ministry or any other national or federal authority

I.5) Main activity

Defence


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Branded and Better Fit PPE Contract Notice

Reference number

709170451

II.1.2) Main CPV code

  • 35113400 - Protective and safety clothing

II.1.3) Type of contract

Supplies

II.1.4) Short description

Branded and Better Fit Personal Protective Equipment (PPE) is the requirement for a selection of PPE for both males and female, with a specific emphasis on the options for females to have more appropriately fitting equipment.

All of the PPE will require branding, there will be an initial bulk order of PPE items and a mechanism to allow for the additional repeat orders over years 1-4.

II.1.5) Estimated total value

Value excluding VAT: £288,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

Branded and Better Fit Personal Protective Equipment (PPE) is the requirement for a selection of PPE for both males and female, with a specific emphasis on the options for females to have more appropriately fitting equipment.

All of the PPE will require branding as well, with an initial logo, which may be subject to change throughout the contract lifecycle.

There will be an initial bulk order of PPE items (including, coveralls, hi-vis foul weather jackets and vests and safety hats) and a mechanism to allow for the additional repeat orders over years 1-4.

As detailed in the ITT pack, there will be a virtual tenderers conference available for potential suppliers to attend where the authority will present the requirement, and respond to any questions.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £288,000

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.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The tender must include a Dynamic Ordering System, tasking mechanism or similar to allow for repeat orders of PPE throughout the contract lifecycle.


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria

The estimated contract value is £288,000 (ex VAT). If the estimated contract value is over 40% of the suppliers turnover, the authority reserves the right to remove the supplier from being selected to tender except where the supplier provides, to the satisfaction of the Authority, evidence showing it has sufficient economic and financial capability, for example, may include:

A) any additional information providing it has sufficient economic and financial resources to deliver the the requirement; and

B) stating the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond.

A financial assessment will be undertaken on the suppliers financial status.

Minimum level(s) of standards possibly required

The supplier must be able to deliver the requirement to the standards set out in the Statement of Requirement.

III.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

The supplier must be able to deliver the requirement to the standards set out in the Statement of Requirement.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The Terms and Conditions which the resulting contract will adhere to can be found as part of the ITT pack.

Electronic Trading

Potential suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing and Finance (CP&F) electronic procurement tool. All payments for Contractor Deliverables under the Contract shall only be made via CP&F. More details on CP&F can be found at: https://www.gov.uk/government/publications/mod-contracting-purchasing-and-finance-e-procurement-system/contracting-purchasing-and-finance-cpf-tool


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date

2 August 2024

Local time

5:00pm

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

IV.2.7) Conditions for opening of tenders

Date

5 August 2024

Local time

9:00am

Place

Abbeywood, Filton, BS34 8JH

Information about authorised persons and opening procedure

The Authority will designate commercial, financial and technical evaluators to review all submitted tenders, and will undergo a moderation.


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The Cyber Risk Level for this procurement is Low.

VI.4) Procedures for review

VI.4.1) Review body

Submarine Delivery Agency - Commercial HQ

Spruce 1A, Abbeywood North, Filton

Bristol

BS34 8JH

Email

charli.lake105 [at] mod.gov.uk

Telephone

+44 3001608579

Country

United Kingdom