VEAT NOTICE for C16022 National Workwear Framework

Award

Value

£0

Classifications

  • Clothing, footwear, luggage articles and accessories

Tags

  • award
  • contract

Published

2 years ago

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 £1.1 million of business having passed through Lot 1 compared to an estimated spend of £15 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

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

A DPS for sustainable and ethically sourced goods and services, delivering social value in local communities'

Bishop Wilkinson Catholic Education Trust (BWCET) are seeking to establish a Dynamic Purchasing System (DPS) for the provision of commonly used goods and services from a wide range of suppliers to create an ethical and sustainable supply chain to deliver social value in local communities. Education Commercial Services (ECS) is the trading name of Bishop Wilkinson Commercial Services Ltd, a wholly owned subsidiary of Bishop Wilkinson Catholic Education Trust (BWCET) who provide specialist procurement services to the education sector. Education Commercial Services (ECS) is focused on providing high quality commercial support to the education sector with a specific focus on supporting the North East region. Our goal is to ensure we use the most effective and compliant route to market for the customer, taking into account their individual objectives whilst identifying savings, social value benefits and supporting the local economy and communities. Although ECS currently has a focus within the education sector in the North East, the DPS will be available and open to the full Public Sector to access an ethical and sustainable supply chain for commonly used goods and services across all regions within the United Kingdom (UK). The DPS has been designed and set up to have a focus on ethical and sustainable practices across suppliers and their supply chain to drive social value outcomes The DPS will create the following benefits across all sectors, locations and suppliers: • support local SMEs, charities and social enterprises by providing a platform for growth thereby supporting the local economy • increase the creation of social value within the following themes: Covid-19 Recovery, Tackling Economic Inequality, Fighting Climate Change, Equal Opportunity and Wellbeing • reduce impact on the environment, whether this be carbon, water, waste reduction and/or circular economy principles • encourage 10-day payment terms for suppliers and subcontractors to support local businesses • create supplier awareness and encourage suppliers to embed new working practices in relation to ethical supply, sustainability, community and employee support throughout the supply chain When applying to the DPS suppliers, are required to indicate which categories they are applying for, in order to be invited to the relevant competitions. Customers will use the categories to shortlist appointed suppliers and invite them to further competition The three (3) categories compromise of: • Service Category • Geographical Location • Additional Capabilities

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

Miss Sarah Walsh

[email protected]

+44 1622692121

[email protected]

+44 2871262542

[email protected]

+44 162292121

Timeline complete

Publish
Bid
Evaluate
Award
Complete