The Supply and Delivery Of Corporate Uniforms & PPE

A Tender Notice
by CALMAC FERRIES LIMITED

Source
Find a Tender
Type
Contract (Goods)
Duration
35.5 month
Value
£2M
Sector
MISCELLANEOUS
Published
14 Feb 2022
Delivery
To 05 Mar 2025 (est.)
Deadline
21 Mar 2022 12:00

Concepts

Location

All CalMac operational locations on the west coast of Scotland

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

The strategic objective is to enter into a new supply agreement with a suitably qualified supplier capable of supporting CalMac with the delivery of uniforms and PPE, which meet or exceed our current specifications.

Total Quantity or Scope

CalMac Ferries Limited (CFL) is one of the largest transport operators in Scotland, operating 33 ferries and 53 ports, harbours and slipways on behalf of the Scottish Government under the Clyde and Hebrides Ferry Services (CHFS) contract. Although this Tender oppertunity covers PPE, in the context of this exercise, disposable PPE is not covered and therefore deals specifically with reusable PPE retained by staff for use in their day to day activities. Examples of this type of PPE include steel and composite toe protection, wet weather gear, hard hats etc. Additionally, the contract covers uniform items such as trousers, skirts, shirts and blouses, etc. As a ferry operator there is a requirement for merchant navy dress uniform and merchant navy dress accessories. Contract The contract for this service will be let for an initial three-year duration with the option to extend for up to an additional 12 months at CFL's option. It is intended that the contract could be applied for the benefit of CFL’s parent company, David MacBrayne Limited (DML), DML subsidiaries or any other entities formed by DML. Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. CFL reserves the right to award additional services in accordance with regulation 33(8) of the Public Contracts (Scotland) Regulations 2015.

Renewal Options

An option to extend for up to an additional 12 months

Award Criteria

Quality 40
price 60

CPV Codes

  • 18222000 - Corporate clothing
  • 18000000 - Clothing, footwear, luggage articles and accessories
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18110000 - Occupational clothing
  • 18113000 - Industrial clothing
  • 18220000 - Weatherproof clothing
  • 18221000 - Waterproof clothing
  • 18224000 - Clothing made of coated or impregnated textile fabrics
  • 18400000 - Special clothing and accessories

Indicators

  • This is a recurring contract.
  • Options are available.
  • Renewals are available.
  • Financial restrictions apply.
  • Professional qualifications are sought.
  • Technical restrictions apply.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** CFL reserves the right to Down Select to two Bidders once the first submission within the ITT has been scored with only the two highest scoring Tenderers being invited to negotiate. “CFL’s general conditions of the procurement will be published in the ITT. In the meantime, Economic Operators should note that the conditions of the procurement include (but are not limited to) the following: -The eligibility requirements in this Contract Notice will apply to the procurement at all times. Economic Operators may be excluded from this competition if the Economic Operator no longer meets the selection criteria set out in the Contract Notice at any stage during the competition and/or there is a change in identity, control, financial standing or other factor impacting on the selection process affecting the Economic Operator; -CFL is subject to the requirements of the Freedom of Information (Scotland) Act 2002 and the Environmental Information (Scotland) Regulations 2004. Accordingly, all information submitted to CFL may need to be disclosed and/or published by it in response to a request under FOISA or the EIRs; and -Economic Operators will remain responsible for all costs and expenses incurred by them in connection. CFL will not be liable to reimburse or compensate any costs incurred in connection with an Economic Operator’s participation in this competition, including any costs or other liability in respect of the cancellation of the process.” The award criteria questions and weightings will be published in the ITT. Bidders will be expected to demonstrate capability. CFL reserves the right not to award a contract pursuant to this procurement and to cancel the procurement at any point without liability. Award criteria scoring will be the following: 0 Unacceptable; 25 Poor; 50 Acceptable; 75 Good; 100 Excellent. Full definitions of the scoring are provided in the ITT. Bidders should note that CFL intends to ask questions at the ITT stage, these questions form a small part within a broader question base. These ITT questions shall be grouped as either belonging to mandatory Pass/Fail type questions or questions which shall be scored and weighted. Where a supplier has been assessed to have failed a Pass/Fail question their tender submission shall be deemed non-compliant and excluded from that point forward within the ITT process. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 20728. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:682770)

Reference

Domains