Construction Contract Leads
United Kingdom
Category Goods
Type
No. of Lots 4
Status Active
Published 21st Feb 2025
Reference | ocds-h6vhtk-04e604 |
Common Procurement Vocabulary | Protective and safety clothing |
Procurement Method | Restricted procedure |
Value | £17,500,000 |
United Kingdom
Category Goods
Type
No. of Lots 4
Status Active
Published 21st Feb 2025
Reference | ocds-h6vhtk-04e604 |
Common Procurement Vocabulary | Protective and safety clothing |
Procurement Method | Restricted procedure |
Value | £17,500,000 |
Section I: Contracting authority
I.1) Name and addresses
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
Contact
Robin Woodhouse
robin.woodhouse [at] defra.gov.uk
Telephone
+44 2080263976
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
I.4) Type of the contracting authority
Ministry or any other national or federal authority
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Defra Group Personal Protective Equipment (PPE)
Reference number
C28117
II.1.2) Main CPV code
- 35113400 - Protective and safety clothing
II.1.3) Type of contract
Supplies
II.1.4) Short description
The requirement is for general Personal Protective Equipment (PPE) and Corporate Workwear for Defra and it’s 33 agencies/Non-Departmental Public Bodies (NDPB’s). Many of Defra’s and it’s Arm’s Length Bodies (ALB’s) staff work in the field and there are a wide variety of different terrains which need to be catered for.
This contract is to provide the means to order from an approved list of clothing and PPE. This will include basics such as branded polo tops and fleeces as well as more complex gear such as breathing apparatus and chainsaw trousers. The suppliers need to be able to cope in emergency situations e.g. disease outbreaks or floods to deliver large quantities quickly.
There is also an element of equipment and single use PPE such as mops, brushes and disposable gloves and masks.
We are keen to promote high sustainability standards in the market and have divided the requirement into Lots to encourage Small and Medium Enterprises (SME’s) to apply.
II.1.5) Estimated total value
Value excluding VAT: £17,500,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title
Lot 1 - General Clothing
Lot No
Lot 1
II.2.2) Additional CPV code(s)
- 35113400 - Protective and safety clothing
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
Due to seasonal work, summer clothing options should be lightweight, water resistant, with sweat wicking options, and have an ultraviolet protection factor (UPF). Cotton options for those with allergies to polyester should also be available. Winter options need to be able to withstand all weather conditions, be waterproof and be compatible with other items for layering as staff are exposed to all weather conditions for long periods of the day.
This Lot also includes corporate workwear which may be branded with our corporate logos.
Defra organisations have a high percentage of female employees. It is essential that all PPE and clothing is provided for women at the same level as men. Women need to feel secure, protected and at ease whilst performing their duties, but also visible to those operating around them. In addition to suitable fitting PPE and clothing comfort is a key aspect. Special bespoke order alternatives may be required from time to time on religious or ethnic grounds, pregnancy, allergy sufferers and for those who do not meet the normal sizing ranges.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £7,979,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2026
End date
31 March 2031
This contract is subject to renewal
Yes
Description of renewals
3 + 2 years. Option to extend for additional 2 years after the initial 3 to 31/3/31.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Lot 2 - Personal Protective Equipment (PPE)
Lot No
Lot 2
II.2.2) Additional CPV code(s)
- 35113400 - Protective and safety clothing
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
Range of equipment including face masks and respirators. APHA use Sundstrom RPE. Wide range of gloves, e.g. nitrile disposable, vinyl, chemical protection, thermal, touch screen, cut protection, needle protection, work gloves and virus-resistant gloves. Helmets & hats, safety glasses, face shields and ear defenders
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £3,175,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2026
End date
31 March 2031
This contract is subject to renewal
Yes
Description of renewals
3+2 years. Option to renew for additional 2 years after the initial 3.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Lot 3 - Footwear
Lot No
Lot 3
II.2.2) Additional CPV code(s)
- 18830000 - Protective footwear
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
Various types of footwear including safety shoes, shoes able to withstand disinfection, insulated shoes to withstand sever cold, safety waders, walking boots and walking wellingtons.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £2,920,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2026
End date
31 March 2031
This contract is subject to renewal
Yes
Description of renewals
3+2 years. Option to renew for a further 2 years after the initial 3 years.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Lot 4 - Equipment
Lot No
Lot 4
II.2.2) Additional CPV code(s)
- 35113000 - Safety equipment
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK
II.2.4) Description of the procurement
Various pieces of PPE equipment including gas monitors, dry suits, first aid equipment, spill kits and biosecurity kits.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £3,435,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2026
End date
31 March 2031
This contract is subject to renewal
Yes
Description of renewals
3+2 years. Options to renew additional 2 years after the initial 3 years.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
25 March 2025
Local time
12:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
12 May 2025
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 31 December 2025
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Body
N/A
N/A
N/A
publicprocurementreview [at] cabinetoffice.gov.uk
Country
United Kingdom
Internet address
VI.4.2) Body responsible for mediation procedures
Public Procurement Review Body
N/A
N/A
N/A
publicprocurementreview [at] cabinetoffice.gov.uk
Country
United Kingdom
Internet address
VI.4.4) Service from which information about the review procedure may be obtained
Public Procurement Review Body
N/A
N/A
N/A
publicprocurementreview [at] cabinetoffice.gov.uk
Country
United Kingdom