Award

VEAT NOTICE for C16022 National Workwear Framework

KENT FIRE AND RESCUE SERVICE

This public procurement record has 1 release in its history.

Award

26 Jul 2022 at 08:51

Summary of the contracting process

The Kent Fire and Rescue Service is undertaking a tender process for the "VEAT NOTICE for C16022 National Workwear Framework" with a focus on clothing, footwear, and accessories. This procurement is currently in the Award stage, having been formally completed on 26 July 2022. The contract encompasses goods necessary for operational continuity, particularly for frontline workers. Due to unforeseen supply chain challenges exacerbated by the pandemic, the current supplier for Lot 1 has been suspended, and an alternative supplier is urgently needed to ensure stable supplies until a new procurement can be initiated. The agreement for Lot 1 will extend to 1 October 2024 as a precautionary measure while a new competitive procurement process is developed.

This tender represents a significant opportunity for businesses specialising in the supply of workwear and personal protective equipment, particularly in light of the urgency of maintaining supply chains in public safety contexts. Companies that can quickly adapt to changing needs and demonstrate reliable supply capabilities will be well-positioned to compete. In particular, small and medium-sized enterprises (SMEs) with the capacity to fulfil large orders effectively may find this an advantageous procurement process, especially as the Kent Fire and Rescue Service has been proactive in collaborating with industry in the development of future requirements including the establishment of a National Uniform for the UK Fire Sector.

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

VEAT NOTICE for C16022 National Workwear Framework

Notice Description

This is a VEAT notice, not an opportunity - it relates to OJEU Award notice reference 2019/S 217-532478 for the National Workwear Framework. The impact of the pandemic has been unprecedented and widespread across all communities and businesses which has been further impacted by the challenging economic picture which has affected supply chains globally. In light of these unforeseeable supply challenges, which were not caused by the Framework Authority, the current supplier of Lot 1 is currently unable to guarantee stable and secure supplies. As such, the Framework Authority has had to agree to suspend Lot 1 until the supplier is able to establish effective supply chain routes and has had to look for an alternative solution to ensure guaranteed supplies. Supply continuity issues have impacted spend under the Framework with only PS1.1 million of business having passed through Lot 1 compared to an estimated spend of PS15 million for that lot. Given the nature of the supplies (i.e. workwear for front line workers) the need to put an alternative supplier in place is a matter of urgency and the Framework Authority is not able to wait until a competitive procurement has been carried out. Fire and Rescue Authorities have been impacted particularly hard as a result of supply continuity issues. Continuity and certainty of supply is crucial and in these circumstances (where the current supply route is no longer available) there is an urgent need to ensure that an alternative supply route is put in place as soon as possible. The Framework Authority had already started to initiate a procurement process for the next iteration of workwear and PPE provision however, due to the complexities of this procurement (detailed below) this cannot be delivered quickly - there needs to be an interim measure in place to allow supplies to be provided whilst this procurement is carried out. The Lot 2 supplier (who was the second placed tender at the time of the award of Lot 1) can adjust to provide cover for Lot 1 whilst the new workwear procurement is being run. This approach ensures that the Framework Authority is acting responsibly and ethically to both suppliers by ensuring that, should the current supplier for Lot 1 be in a position to re-commit to the Framework in the future, there will be an opportunity to re-join with further time to allow for call-off contracts to be awarded under the Framework. In light of the above, to ensure continuity and certainty of supply, Lot 2 is to be extended to include Lot 1 and the term of the agreement will be extended to 1 October 2024 (being the amount of time required to complete the new procurement), Lot 1 with the original supplier, whilst being suspended, shall also be extended to 1 October 2024. These extensions are being made under Regulation 32(2)(c) of the Procurement Regulations 2015). Given the complexity of the procurement, the time period has been determined as being the earliest realistic time the new procurement could be completed. The following factors were taken into account when making this decision. * The Framework Authority has obtained funding from the Home Office, for the research project -'Future Fire Fighter' to be completed by the Defence Science and Technology Laboratory (DSTL) looking into roles and activities across the next 10 - 20 years for wearers of workwear and PPE, focussing on inclusivity, safety and overall benefits to wearers. This research will feed into the next procurement (which has been prioritised by the National Fire Chiefs Council PPE and Clothing Committee) which includes the requirement for a National Uniform for the UK Fire Sector. *The extension will allow for the first stage of research to be completed and disseminated in approximately Quarter 4 of FY22/23. Engagement with Industry will be a fundamental element of the research. Further research stages may be required after this time

Lot Information

Lot 1

This is a VEAT notice, not an opportunity - it relates to OJEU Award notice reference 2019/S 217-532478 for the National Workwear Framework. The impact of the pandemic has been unprecedented and widespread across all communities and businesses which has been further impacted by the challenging economic picture which has affected supply chains globally. In light of these unforeseeable supply challenges, which were not caused by the Framework Authority, the current supplier of Lot 1 is currently unable to guarantee stable and secure supplies. As such, the Framework Authority has had to agree to suspend Lot 1 until the supplier is able to establish effective supply chain routes and has had to look for an alternative solution to ensure guaranteed supplies. Supply continuity issues have impacted spend under the Framework with only PS1.1 million of business having passed through Lot 1 compared to an estimated spend of PS15 million for that lot. Given the nature of the supplies (i.e. workwear for front line workers) the need to put an alternative supplier in place is a matter of urgency and the Framework Authority is not able to wait until a competitive procurement has been carried out. Fire and Rescue Authorities have been impacted particularly hard as a result of supply continuity issues. Continuity and certainty of supply is crucial and in these circumstances (where the current supply route is no longer available) there is an urgent need to ensure that an alternative supply route is put in place as soon as possible. The Framework Authority had already started to initiate a procurement process for the next iteration of workwear and PPE provision however, due to the complexities of this procurement (detailed below) this cannot be delivered quickly - there needs to be an interim measure in place to allow supplies to be provided whilst this procurement is carried out. The Lot 2 supplier (who was the second placed tender at the time of the award of Lot 1) can adjust to provide cover for Lot 1 whilst the new workwear procurement is being run. This approach ensures that the Framework Authority is acting responsibly and ethically to both suppliers by ensuring that, should the current supplier for Lot 1 be in a position to re-commit to the Framework in the future, there will be an opportunity to re-join with further time to allow for call-off contracts to be awarded under the Framework. In light of the above, to ensure continuity and certainty of supply, Lot 2 is to be extended to include Lot 1 and the term of the agreement will be extended to 1 October 2024 (being the amount of time required to complete the new procurement), Lot 1 with the original supplier, whilst being suspended, shall also be extended to 1 October 2024. These extensions are being made under Regulation 32(2)(c) of the Procurement Regulations 2015). Given the complexity of the procurement, the time period has been determined as being the earliest realistic time the new procurement could be completed. The following factors were taken into account when making this decision. * The Framework Authority has obtained funding from the Home Office, for the research project -'Future Fire Fighter' to be completed by the Defence Science and Technology Laboratory (DSTL) looking into roles and activities across the next 10 - 20 years for wearers of workwear and PPE, focussing on inclusivity, safety and overall benefits to wearers. This research will feed into the next procurement (which has been prioritised by the National Fire Chiefs Council PPE and Clothing Committee) which includes the requirement for a National Uniform for the UK Fire Sector. *The extension will allow for the first stage of research to be completed and disseminated in approximately Quarter 4 of FY22/23. Engagement with Industry will be a fundamental element of the research. Further research stages may be required after this time

Procurement Information

Unforeseeable events: - KFRS has experienced supplier problems - these could not have been and were not foreseen by the Authority For reasons of extreme urgency: - Continuity of supplier is required because of the nature of the goods being supplied - workwear is an everyday essential for the front line work being carried out and continuity and certainty of supply is crucial. - The authority has a supplier under Lot 2 who can adjust and provide to cover Lot 1 so as to ensure continuity and certainty of supply. Furthermore, the Lot 2 supplier came second in Lot 1 and as such, the Authority has taken the decision to revert to the second place supplier. Strictly necessary (which links amongst other things to the length of time the direct award relates to): - The authority has considered the procurement and given the complexity of the new procurement (see draft wording for VEAT notice for full details) the extension relates to the earliest realistic time such procurement would be able to take place and be completed. Not caused by the authority - KFRS were not the cause of the supplier problems

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0355c2
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/020250-2022
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

18 - Clothing, footwear, luggage articles and accessories


CPV Codes

18000000 - Clothing, footwear, luggage articles and accessories

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
26 Jul 20223 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
25 Jul 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
KENT FIRE AND RESCUE SERVICE
Contact Name
Miss Sarah Walsh
Contact Email
workwear@kent.fire-uk.org
Contact Phone
+44 1622692121

Buyer Location

Locality
MAIDSTONE
Postcode
ME15 6XB
Post Town
Rochester
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ4 Kent
Small Region (ITL 3)
TLJ45 Mid Kent
Delivery Location
Not specified

Local Authority
Maidstone
Electoral Ward
Tovil
Westminster Constituency
Maidstone and Malling

Supplier Information

Number of Suppliers
1
Supplier Name

HUNTER APPAREL SOLUTIONS

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-h6vhtk-0355c2-2022-07-26T09:51:32+01:00",
    "date": "2022-07-26T09:51:32+01:00",
    "ocid": "ocds-h6vhtk-0355c2",
    "initiationType": "tender",
    "tender": {
        "id": "DN621289",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "VEAT NOTICE for C16022 National Workwear Framework",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "18000000",
            "description": "Clothing, footwear, luggage articles and accessories"
        },
        "mainProcurementCategory": "goods",
        "description": "This is a VEAT notice, not an opportunity - it relates to OJEU Award notice reference 2019/S 217-532478 for the National Workwear Framework. The impact of the pandemic has been unprecedented and widespread across all communities and businesses which has been further impacted by the challenging economic picture which has affected supply chains globally. In light of these unforeseeable supply challenges, which were not caused by the Framework Authority, the current supplier of Lot 1 is currently unable to guarantee stable and secure supplies. As such, the Framework Authority has had to agree to suspend Lot 1 until the supplier is able to establish effective supply chain routes and has had to look for an alternative solution to ensure guaranteed supplies. Supply continuity issues have impacted spend under the Framework with only PS1.1 million of business having passed through Lot 1 compared to an estimated spend of PS15 million for that lot. Given the nature of the supplies (i.e. workwear for front line workers) the need to put an alternative supplier in place is a matter of urgency and the Framework Authority is not able to wait until a competitive procurement has been carried out. Fire and Rescue Authorities have been impacted particularly hard as a result of supply continuity issues. Continuity and certainty of supply is crucial and in these circumstances (where the current supply route is no longer available) there is an urgent need to ensure that an alternative supply route is put in place as soon as possible. The Framework Authority had already started to initiate a procurement process for the next iteration of workwear and PPE provision however, due to the complexities of this procurement (detailed below) this cannot be delivered quickly - there needs to be an interim measure in place to allow supplies to be provided whilst this procurement is carried out. The Lot 2 supplier (who was the second placed tender at the time of the award of Lot 1) can adjust to provide cover for Lot 1 whilst the new workwear procurement is being run. This approach ensures that the Framework Authority is acting responsibly and ethically to both suppliers by ensuring that, should the current supplier for Lot 1 be in a position to re-commit to the Framework in the future, there will be an opportunity to re-join with further time to allow for call-off contracts to be awarded under the Framework. In light of the above, to ensure continuity and certainty of supply, Lot 2 is to be extended to include Lot 1 and the term of the agreement will be extended to 1 October 2024 (being the amount of time required to complete the new procurement), Lot 1 with the original supplier, whilst being suspended, shall also be extended to 1 October 2024. These extensions are being made under Regulation 32(2)(c) of the Procurement Regulations 2015). Given the complexity of the procurement, the time period has been determined as being the earliest realistic time the new procurement could be completed. The following factors were taken into account when making this decision. * The Framework Authority has obtained funding from the Home Office, for the research project -'Future Fire Fighter' to be completed by the Defence Science and Technology Laboratory (DSTL) looking into roles and activities across the next 10 - 20 years for wearers of workwear and PPE, focussing on inclusivity, safety and overall benefits to wearers. This research will feed into the next procurement (which has been prioritised by the National Fire Chiefs Council PPE and Clothing Committee) which includes the requirement for a National Uniform for the UK Fire Sector. *The extension will allow for the first stage of research to be completed and disseminated in approximately Quarter 4 of FY22/23. Engagement with Industry will be a fundamental element of the research. Further research stages may be required after this time",
        "lots": [
            {
                "id": "1",
                "description": "This is a VEAT notice, not an opportunity - it relates to OJEU Award notice reference 2019/S 217-532478 for the National Workwear Framework. The impact of the pandemic has been unprecedented and widespread across all communities and businesses which has been further impacted by the challenging economic picture which has affected supply chains globally. In light of these unforeseeable supply challenges, which were not caused by the Framework Authority, the current supplier of Lot 1 is currently unable to guarantee stable and secure supplies. As such, the Framework Authority has had to agree to suspend Lot 1 until the supplier is able to establish effective supply chain routes and has had to look for an alternative solution to ensure guaranteed supplies. Supply continuity issues have impacted spend under the Framework with only PS1.1 million of business having passed through Lot 1 compared to an estimated spend of PS15 million for that lot. Given the nature of the supplies (i.e. workwear for front line workers) the need to put an alternative supplier in place is a matter of urgency and the Framework Authority is not able to wait until a competitive procurement has been carried out. Fire and Rescue Authorities have been impacted particularly hard as a result of supply continuity issues. Continuity and certainty of supply is crucial and in these circumstances (where the current supply route is no longer available) there is an urgent need to ensure that an alternative supply route is put in place as soon as possible. The Framework Authority had already started to initiate a procurement process for the next iteration of workwear and PPE provision however, due to the complexities of this procurement (detailed below) this cannot be delivered quickly - there needs to be an interim measure in place to allow supplies to be provided whilst this procurement is carried out. The Lot 2 supplier (who was the second placed tender at the time of the award of Lot 1) can adjust to provide cover for Lot 1 whilst the new workwear procurement is being run. This approach ensures that the Framework Authority is acting responsibly and ethically to both suppliers by ensuring that, should the current supplier for Lot 1 be in a position to re-commit to the Framework in the future, there will be an opportunity to re-join with further time to allow for call-off contracts to be awarded under the Framework. In light of the above, to ensure continuity and certainty of supply, Lot 2 is to be extended to include Lot 1 and the term of the agreement will be extended to 1 October 2024 (being the amount of time required to complete the new procurement), Lot 1 with the original supplier, whilst being suspended, shall also be extended to 1 October 2024. These extensions are being made under Regulation 32(2)(c) of the Procurement Regulations 2015). Given the complexity of the procurement, the time period has been determined as being the earliest realistic time the new procurement could be completed. The following factors were taken into account when making this decision. * The Framework Authority has obtained funding from the Home Office, for the research project -'Future Fire Fighter' to be completed by the Defence Science and Technology Laboratory (DSTL) looking into roles and activities across the next 10 - 20 years for wearers of workwear and PPE, focussing on inclusivity, safety and overall benefits to wearers. This research will feed into the next procurement (which has been prioritised by the National Fire Chiefs Council PPE and Clothing Committee) which includes the requirement for a National Uniform for the UK Fire Sector. *The extension will allow for the first stage of research to be completed and disseminated in approximately Quarter 4 of FY22/23. Engagement with Industry will be a fundamental element of the research. Further research stages may be required after this time",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "type": "price",
                            "description": "50"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "18000000",
                        "description": "Clothing, footwear, luggage articles and accessories"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "reviewDetails": "A 10 calendar stand still period will end on Friday 5th August at 00:00hrs",
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_MANUF_FOR_RESEARCH",
                "description": "The products involved are manufactured purely for the purpose of research, experiment, study or development under the conditions stated in the directive"
            },
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_ADD_DELIVERIES_ORDERED",
                "description": "Additional deliveries by the original supplier ordered under the strict conditions stated in the directive"
            }
        ],
        "procurementMethodRationale": "Unforeseeable events: - KFRS has experienced supplier problems - these could not have been and were not foreseen by the Authority For reasons of extreme urgency: - Continuity of supplier is required because of the nature of the goods being supplied - workwear is an everyday essential for the front line work being carried out and continuity and certainty of supply is crucial. - The authority has a supplier under Lot 2 who can adjust and provide to cover Lot 1 so as to ensure continuity and certainty of supply. Furthermore, the Lot 2 supplier came second in Lot 1 and as such, the Authority has taken the decision to revert to the second place supplier. Strictly necessary (which links amongst other things to the length of time the direct award relates to): - The authority has considered the procurement and given the complexity of the new procurement (see draft wording for VEAT notice for full details) the extension relates to the earliest realistic time such procurement would be able to take place and be completed. Not caused by the authority - KFRS were not the cause of the supplier problems"
    },
    "awards": [
        {
            "id": "020250-2022-c16022-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-59713",
                    "name": "HUNTER APPAREL SOLUTIONS LIMITED"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-1410",
            "name": "Kent Fire and Rescue Service",
            "identifier": {
                "legalName": "Kent Fire and Rescue Service"
            },
            "address": {
                "streetAddress": "The Godlands, Straw Mill Hill, Tovil",
                "locality": "Maidstone",
                "region": "UK",
                "postalCode": "ME15 6XB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Miss Sarah Walsh",
                "telephone": "+44 1622692121",
                "email": "workwear@kent.fire-uk.org"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.kent.fire-uk.org/",
                "buyerProfile": "http://www.kent.fire-uk.org/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "03",
                        "description": "Public order and safety"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-59713",
            "name": "HUNTER APPAREL SOLUTIONS LIMITED",
            "identifier": {
                "legalName": "HUNTER APPAREL SOLUTIONS LIMITED"
            },
            "address": {
                "streetAddress": "UNIT 9 SPRINGTOWN INDUSTRIAL ESTATE, SPRINGTOWN ROAD,",
                "locality": "LONDONDERRY,",
                "region": "UK",
                "postalCode": "BT48 0LY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2871262542",
                "email": "sales@hunterapparelsolutions.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.hunterapparelsolutions.com/contact/",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-59714",
            "name": "Kent and Medway Towns Fire Authority",
            "identifier": {
                "legalName": "Kent and Medway Towns Fire Authority"
            },
            "address": {
                "streetAddress": "The Godlands Straw Mill Hill",
                "locality": "Tovil",
                "postalCode": "ME15 6XB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 162292121",
                "email": "procurement@kent.fire-uk.org"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "http://www.kent.fire-uk.org"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-1410",
        "name": "Kent Fire and Rescue Service"
    },
    "contracts": [
        {
            "id": "020250-2022-c16022-1",
            "awardID": "020250-2022-c16022-1",
            "status": "active",
            "dateSigned": "2022-07-26T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "5",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "6",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "7",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "8",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "9",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "3",
                "measure": "lowestValidBidValue",
                "relatedLot": "1",
                "value": 5000000,
                "currency": "GBP"
            },
            {
                "id": "4",
                "measure": "highestValidBidValue",
                "relatedLot": "1",
                "value": 20000000,
                "currency": "GBP"
            },
            {
                "id": "1",
                "measure": "lowestValidBidValue",
                "value": 5000000,
                "currency": "GBP"
            },
            {
                "id": "2",
                "measure": "highestValidBidValue",
                "value": 20000000,
                "currency": "GBP"
            }
        ]
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:532478-2019:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}