Tender

Provision of PPE and Clothing

YORKSHIRE WATER SERVICES LIMITED

This public procurement record has 1 release in its history.

Tender

21 Jul 2023 at 07:58

Summary of the contracting process

The procurement process involves Yorkshire Water Services Limited seeking a single supplier for a comprehensive range of Personal Protective Equipment (PPE) and clothing. The tender aims to establish a Supply Agreement covering all necessary items without dividing them into separate lots. Suppliers are invited to submit expressions of interest, with the contract's estimated total value over a three-year period amounting to £3,000,000 GBP. The selection process involves two stages: a qualification phase followed by an Invitation to Tender (ITT) stage, which includes an online bidding process in the form of a Reverse eAuction.

This tender by Yorkshire Water Services Limited presents an opportunity for suppliers capable of delivering high-quality PPE and clothing to engage in a potentially lucrative contract. Businesses providing a wide range of PPE items, from gloves to high-visibility clothing, are well-suited to compete. The buyer's objective is to identify suppliers who can meet diverse requirements effectively throughout the contract period. Successful bidders will have the opportunity to showcase additional service offerings, enhancing their competitiveness. Suppliers should prepare to participate in a two-stage evaluation process, including demonstrating qualifications and engaging in transparent bidding for commercial success.

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

Provision of PPE and Clothing

Notice Description

We hereby invite expressions of interest for the establishment of a Supply Agreement encompassing a comprehensive range of Personal Protective Equipment (PPE) and Clothing. This tender will not be divided into separate lots and will cover all necessary PPE and clothing items required. The purpose of this tender process is to select qualified suppliers who can effectively and efficiently deliver high-quality PPE and clothing throughout the duration of the agreement. Please note that any estimated quantities or values provided in this, or other associated documentation are for guidance purposes only. They do not impose any obligation on the organization to purchase specific quantities if a bidder is successful and enters into an Agreement. Interested suppliers are encouraged to submit their expressions of interest in accordance with the instructions provided in the tender documents. We eagerly await proposals from qualified suppliers who can meet our PPE and clothing requirements to the highest standards.

Lot Information

Lot 1

This tender is seeking a single supplier for a comprehensive Personal Protective Equipment (PPE) and clothing contract, without any specific lots. The initial contract duration is three years, with the flexibility to extend for up to two additional years (+1 or +2). The estimated annual value of the contract is approximately PS1,000,000 GBP, resulting in an estimated total value of PS3,000,000 GBP over the three-year period. The primary objective is to identify a supplier with the capability to meet diverse PPE and clothing requirements effectively. Suppliers are expected to provide comprehensive quotes encompassing a wide range of items, including gloves, goggles, respirators, coveralls, helmets, footwear, and high-visibility clothing. Moreover, the tender welcomes suppliers who can offer additional services that enhance the overall PPE and clothing provision. While having the ability to supply additional services is advantageous, suppliers focusing solely on meeting the primary requirements will still be considered. The final decision regarding the potential expansion of the contract scope will be made during the evaluation process. YWS shall reserve the right to award single or multiple lots to achieve the best overall commercial solution. Process: In the first instance the expression of interests to participate must be submitted via email to Constantine Metcalf and Beatriz Sambonovich (constantine.metcalf@yorkshirewater.co.uk / beatriz.sambonovich@yorkshirewater.co.uk ) SQ will be issued to the bidders upon a receipt of an expression of interest. The bidders will then be assessed over two stages: First Stage - Qualification: The initial phase of the tender process will involve a thorough assessment of bidders' capabilities through supplier qualification. Bidders will be required to provide evidence of their qualifications for the tender, along with responses to qualitative questions. Additionally, YWS may conduct reference checks with relevant stakeholders to verify the bidders' capabilities. Scoring criteria for each of the SQ questions will be shared alongside the questionnaire. Bidders that do not meet the minimum criteria, will be excluded from the process at this stage. Second stage - Invitation To Tender (ITT): Second Stage - Invitation to Tender (ITT): Thee ITT stage will include two phases: 1) Suppliers will be evaluated based on qualitative and commercial factors for each lot. Clear scoring criteria ensure transparency and fairness. 2) Suppliers will participate in a Revese eAuction, an online bidding process, adjusting bids in real-time to offer the most economically advantageous proposals.

Renewal: The contract duration is initially set for three years, with the potential for and extension of up to 2 years, providing flexibility for either a 1+1 arrangement or a straight 2-years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03e408
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/021032-2023
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Negotiated procedure with prior call for competition
Tender Suitability
Not specified
Awardee Scale
Not specified

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
£3,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
21 Jul 20232 years ago
Submission Deadline
21 Aug 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
YORKSHIRE WATER SERVICES LIMITED
Contact Name
Beatriz Sambonovich
Contact Email
sambonob@yw.co.uk
Contact Phone
Not specified

Buyer Location

Locality
BRADFORD
Postcode
BD6 2SZ
Post Town
Bradford
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE41 Bradford
Delivery Location
TLE Yorkshire and The Humber

Local Authority
Bradford
Electoral Ward
Royds
Westminster Constituency
Bradford South

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-03e408-2023-07-21T08:58:55+01:00",
    "date": "2023-07-21T08:58:55+01:00",
    "ocid": "ocds-h6vhtk-03e408",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03e408",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Provision of PPE and Clothing",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "18000000",
            "description": "Clothing, footwear, luggage articles and accessories"
        },
        "mainProcurementCategory": "goods",
        "description": "We hereby invite expressions of interest for the establishment of a Supply Agreement encompassing a comprehensive range of Personal Protective Equipment (PPE) and Clothing. This tender will not be divided into separate lots and will cover all necessary PPE and clothing items required. The purpose of this tender process is to select qualified suppliers who can effectively and efficiently deliver high-quality PPE and clothing throughout the duration of the agreement. Please note that any estimated quantities or values provided in this, or other associated documentation are for guidance purposes only. They do not impose any obligation on the organization to purchase specific quantities if a bidder is successful and enters into an Agreement. Interested suppliers are encouraged to submit their expressions of interest in accordance with the instructions provided in the tender documents. We eagerly await proposals from qualified suppliers who can meet our PPE and clothing requirements to the highest standards.",
        "value": {
            "amount": 3000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "This tender is seeking a single supplier for a comprehensive Personal Protective Equipment (PPE) and clothing contract, without any specific lots. The initial contract duration is three years, with the flexibility to extend for up to two additional years (+1 or +2). The estimated annual value of the contract is approximately PS1,000,000 GBP, resulting in an estimated total value of PS3,000,000 GBP over the three-year period. The primary objective is to identify a supplier with the capability to meet diverse PPE and clothing requirements effectively. Suppliers are expected to provide comprehensive quotes encompassing a wide range of items, including gloves, goggles, respirators, coveralls, helmets, footwear, and high-visibility clothing. Moreover, the tender welcomes suppliers who can offer additional services that enhance the overall PPE and clothing provision. While having the ability to supply additional services is advantageous, suppliers focusing solely on meeting the primary requirements will still be considered. The final decision regarding the potential expansion of the contract scope will be made during the evaluation process. YWS shall reserve the right to award single or multiple lots to achieve the best overall commercial solution. Process: In the first instance the expression of interests to participate must be submitted via email to Constantine Metcalf and Beatriz Sambonovich (constantine.metcalf@yorkshirewater.co.uk / beatriz.sambonovich@yorkshirewater.co.uk ) SQ will be issued to the bidders upon a receipt of an expression of interest. The bidders will then be assessed over two stages: First Stage - Qualification: The initial phase of the tender process will involve a thorough assessment of bidders' capabilities through supplier qualification. Bidders will be required to provide evidence of their qualifications for the tender, along with responses to qualitative questions. Additionally, YWS may conduct reference checks with relevant stakeholders to verify the bidders' capabilities. Scoring criteria for each of the SQ questions will be shared alongside the questionnaire. Bidders that do not meet the minimum criteria, will be excluded from the process at this stage. Second stage - Invitation To Tender (ITT): Second Stage - Invitation to Tender (ITT): Thee ITT stage will include two phases: 1) Suppliers will be evaluated based on qualitative and commercial factors for each lot. Clear scoring criteria ensure transparency and fairness. 2) Suppliers will participate in a Revese eAuction, an online bidding process, adjusting bids in real-time to offer the most economically advantageous proposals.",
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract duration is initially set for three years, with the potential for and extension of up to 2 years, providing flexibility for either a 1+1 arrangement or a straight 2-years."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKE"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://service.ariba.com",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "techniques": {
            "hasElectronicAuction": true,
            "electronicAuction": {
                "description": "The EAuction will take place as the second stage of our Invitation To Tender (ITT), which will consist of: 1) Stage 1: Suppliers will be evaluated based on qualitative and commercial factors for each lot (including the provision of an initial pricing). Clear scoring criteria will be used to ensure transparency and fairness. 2) Stage 2: After an initial evaluation, Suppliers will be invited to participate in a Reverse EAuction, an online bidding process in which bids are adjusted real-time to offer the most economically advantageous proposals."
            }
        },
        "tenderPeriod": {
            "endDate": "2023-08-21T17:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-COH-2366682",
            "name": "YORKSHIRE WATER SERVICES LIMITED",
            "identifier": {
                "legalName": "YORKSHIRE WATER SERVICES LIMITED",
                "id": "2366682",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Western House,Western Way, Buttershaw",
                "locality": "BRADFORD",
                "region": "UKE",
                "postalCode": "BD62SZ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Beatriz Sambonovich",
                "email": "sambonob@yw.co.uk",
                "url": "http://www.yorkshirewater.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.yorkshirewater.com/",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "WATER",
                        "description": "Water"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-36306",
            "name": "Yorkshire Water Services Limited",
            "identifier": {
                "legalName": "Yorkshire Water Services Limited"
            },
            "address": {
                "locality": "Bradford",
                "postalCode": "BD6 2SZ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-COH-2366682",
        "name": "YORKSHIRE WATER SERVICES LIMITED"
    },
    "language": "en"
}