Tender

Emergency Services Uniforms and associated products

YORKSHIRE PURCHASING ORGANISATION

This public procurement record has 1 release in its history.

Tender

15 Mar 2017 at 12:01

Summary of the contracting process

The Yorkshire Purchasing Organisation is seeking suppliers for the provision of Emergency Services Uniforms and associated products through an open procurement process. This tender is currently in the active planning stage, with a submission deadline set for 10 April 2017. The procurement encompasses a total estimated value of £60 million, set within a framework agreement period spanning from 1 May 2017 to 30 April 2021. The relevant industry category falls under occupational clothing, special workwear and accessories, with delivery expected to a range of locations, including the United Kingdom and other territories.

This tender presents significant growth opportunities for businesses specialising in the supply of uniforms, safety gear, and related accessories, particularly small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs). The procurement will be awarded based on criteria such as cost (30%), quality (40%), delivery and customer service (20%), and sustainability and community benefits (10%). Businesses that can effectively demonstrate their capacity to meet these criteria will be well-positioned to compete for this lucrative contract.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Emergency Services Uniforms and associated products

Notice Description

YPO are looking for providers to be appointed onto a Framework Agreement for the supply of Emergency Services Uniforms. It is designed to allow YPO to meet the needs of all public sector organisations, therefore YPO has classified the call-off competed only. The YPO customer or YPO on behalf of the customer will issue mini competition documents to winning suppliers within each lot. All customer call offs will be managed by the end user. The Call-off Contract will be on the terms specified in the Framework Agreement, supplemented as appropriate by such details as price and quantity or time period covered, which will be specified in the Call-off Order. The Framework Agreement will cover the period from 1.5.2017 to 31.4.2021. High Level Evaluation Criteria for Acceptance of Providers onto the Framework. Cost - 30 % Quality - 40 % Delivery and Customer Service - 20 % Sustainability, CSR and Community Benefits - 10 %.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-0f32463d-cfc7-4d28-ab62-ac1b0dcdc4f4
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/81676cfb-5b33-4fe2-b1ce-92d762fed0c9
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

18 - Clothing, footwear, luggage articles and accessories

35 - Security, fire-fighting, police and defence equipment


CPV Codes

18100000 - Occupational clothing, special workwear and accessories

18332000 - Shirts

18410000 - Special clothing

18815000 - Boots

35000000 - Security, fire-fighting, police and defence equipment

Notice Value(s)

Tender Value
£60,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
15 Mar 20178 years ago
Submission Deadline
10 Apr 2017Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Apr 2017 - 30 Apr 2021 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
YORKSHIRE PURCHASING ORGANISATION
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
WAKEFIELD
Postcode
WF2 0XE
Post Town
Wakefield
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE45 Wakefield
Delivery Location
Not specified

Local Authority
Wakefield
Electoral Ward
Wrenthorpe and Outwood West
Westminster Constituency
Wakefield and Rothwell

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-0f32463d-cfc7-4d28-ab62-ac1b0dcdc4f4-2017-03-15T12:01:36Z",
    "date": "2017-03-15T12:01:36Z",
    "ocid": "ocds-b5fd17-0f32463d-cfc7-4d28-ab62-ac1b0dcdc4f4",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "000550",
        "title": "Emergency Services Uniforms and associated products",
        "description": "YPO are looking for providers to be appointed onto a Framework Agreement for the supply of Emergency Services Uniforms. It is designed to allow YPO to meet the needs of all public sector organisations, therefore YPO has classified the call-off competed only. The YPO customer or YPO on behalf of the customer will issue mini competition documents to winning suppliers within each lot. All customer call offs will be managed by the end user. The Call-off Contract will be on the terms specified in the Framework Agreement, supplemented as appropriate by such details as price and quantity or time period covered, which will be specified in the Call-off Order. The Framework Agreement will cover the period from 1.5.2017 to 31.4.2021. High Level Evaluation Criteria for Acceptance of Providers onto the Framework. Cost - 30 % Quality - 40 % Delivery and Customer Service - 20 % Sustainability, CSR and Community Benefits - 10 %.",
        "datePublished": "2017-03-15T12:01:36Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "18100000",
            "description": "Occupational clothing, special workwear and accessories"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "18332000",
                "description": "Shirts"
            },
            {
                "scheme": "CPV",
                "id": "18410000",
                "description": "Special clothing"
            },
            {
                "scheme": "CPV",
                "id": "18815000",
                "description": "Boots"
            },
            {
                "scheme": "CPV",
                "id": "35000000",
                "description": "Security, fire-fighting, police and defence equipment"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 40000000,
            "currency": "GBP"
        },
        "value": {
            "amount": 60000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2017-04-10T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2017-05-01T00:00:00+01:00",
            "endDate": "2021-04-30T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "goods",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/81676cfb-5b33-4fe2-b1ce-92d762fed0c9",
                "datePublished": "2017-03-15T12:01:36Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/8PQu5m2e",
            "name": "Yorkshire Purchasing Organisation",
            "identifier": {
                "legalName": "Yorkshire Purchasing Organisation",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/8PQu5m2e"
            },
            "address": {
                "streetAddress": "41 Industrial Park",
                "locality": "Wakefield",
                "postalCode": "WF2 0XE",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Sarah Sesum",
                "email": "contracts@ypo.co.uk",
                "telephone": "+44 01924664685"
            },
            "details": {
                "url": "http://contracts@ypo.co.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/8PQu5m2e",
        "name": "Yorkshire Purchasing Organisation"
    }
}