Notice Information
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
Notice Details
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
Buyer & Supplier
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}