144_23 Personal Protective Equipment (PPE) and Clothing, including Workwear, Schoolwear and Body Armour

Award

Description

A national multi-lot, multi supplier framework agreement for the supply of personal protective equipment (PPE) and clothing including workwear, schoolwear and body armour.

The scope of the framework encompasses 6 different lot categories which are procured via direct award or further competition:

Lot 1 - Personal Protective Equipment (PPE) and Clothing
Lot 2 - Corporate Workwear
Lot 3 - Healthcare Workwear
Lot 4 - Schoolwear
Lot 5 - Emergency Services Workwear
•	Sub-lot 5.1 Firefighter Workwear
•	Sub-lot 5.2 Police Workwear
•	Sub-lot 5.3 Ambulance and Paramedic Workwear
•	Sub-lot 5.4 Paramedic Cycle Workwear
Lot 6 - Body Armour

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated includes the option period.

ESPO shall monitor the financial stability of the awarded suppliers during the framework period by reference to credit rating agency reports.

Additional information: As a Central Purchasing Body as defined in the Public Contracts Regulations 2015, the Framework Agreement is open for use by Public Bodies (defined at https://www.espo.org/amfile/file/download/file/9608/) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: https://www.espo.org/legal.

ESPO has established a commercial trading company, ESPO Trading Limited, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful Supplier may be asked to enter into an additional separate framework agreement (the Second Framework) with ESPO Trading Limited on materially similar terms to that found in the tender pack to be entered into by ESPO itself.

Any Second Framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Limited may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders information only.

An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.

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

Supply of PPE and Corporate Clothing

Tai Tarian is seeking to issue a Contract for the supply of Tai Tarian’s PPE and Corporate Clothing This tender will be split into the following two Lots: Lot 1 – Supply of PPE Lot 2 – Supply of Corporate Clothing Lots will be awarded on an individual basis, and a Tenderer can bid for either one or both Lots. Therefore, Tenderers must ensure that their submission clearly shows that they’re able to meet the requirements of each selected Lot, and not to make any statement or assumption that their bid is conditional on being awarded all, or a minimum number of Lots. Tenderers must be aware that in regards of Lot 1, requirements will include but not be limited to the following: - • An OTIF (On-Time In-Full) delivery of all goods from the Pricing Schedule within 24 hours for core products. • A delivery service direct to Tai Tarian’s head office and satellite depots for additional items. • A local same day collection service for all goods, as and when required from a recommended and agreed “solution” giving the availability to collect within 1 hour. • A local collection and/or delivery service of additional ad hoc products throughout the contract period that are not listed in the core list Pricing Schedule. • A detailed and accurate “live” reporting function, which will include but not be limited to historic purchases per employee. • PPE must comply with the relevant EN standards. • All PPE must carry UKCA or CE markings, in accordance with the PPE Regulations 2018. • Suppliers must provide Declarations of Conformity and access to technical documentation upon request. • Items stated in the Price Schedule must be priced on a like for like basis – no alternatives will be accepted at this stage. • Annual servicing of Jetstream power respirators. • Jetstream breakdown/repair/replacements would need to be completed at short notice, with the Initial survey being completed within 24 hours. Tenderers must be aware that in regards of Lot 2, requirements will include but not be limited to the following: - • An OTIF (On-Tim-In-Full) delivery of all goods from the Pricing Schedule within 4 days from order. • A delivery service direct to Tai Tarian’s head office and satellite depots for additional items if required. • A local same day collection service for all goods, as and when required from a recommended and agreed “solution” giving the availability to collect within 1 hour. • The ability to return un-used and un-worn items within 28 days without a re-stocking charge • A local collection and/or delivery service of additional ad hoc products throughout the contract period that are not listed in the core list Pricing Schedule. • A detailed and accurate “live” reporting function, which will include but not be limited to historic purchases per employee. • Items stated in the Price Schedule must be priced on a like for like basis – no alternatives will be accepted at this stage. Tenderers must be aware that all quantities provided in the Price Schedule are estimated based on current annual quantities and used for tender purposes only. The quantities and scope of requirements may change throughout the life of the Contract. Form of Contract The Form of Contract utilised for this Contract will be Tai Tarian’s Terms and Conditions for the Supply of Goods and Related Services. Price Increase Mechanism Prices submitted in Appendix 2 - Price Schedule are to be fixed for the first 12 months of the Contract until 1st February 2027 for each Lot. Subsequent price increases will then be agreed on an annual basis. Any increases shall not exceed the latest published monthly percentage change in the Consumer Prices Index (CPI) at the time of the annual price increase review. Valuation and Payment A Supplier will submit invoices for payment and payment of undisputed invoices will be made within 30 days.

Katy Reed

Published 6 days ago

AI Bid Assistant

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

View Contract Source Save Contract

Organisation

Place & Environment Procurement Team

[email protected]

Timeline complete

Publish
Bid
Evaluate
Award
Complete