91ÃÛÌÒÊÓÆµ

Construction Tenders

06 May 2025

Related Information

Construction Contract Leads

United Kingdom

Category Goods

Type

No. of Lots 4

Status Active

Published 21st Feb 2025

Tender Details
Referenceocds-h6vhtk-04e604
Common Procurement VocabularyProtective and safety clothing
Procurement MethodRestricted procedure
Value£17,500,000
« Previous Page

United Kingdom

Category Goods

Type

No. of Lots 4

Status Active

Published 21st Feb 2025

Tender Details
Referenceocds-h6vhtk-04e604
Common Procurement VocabularyProtective and safety clothing
Procurement MethodRestricted 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

Email

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

Email

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

Email

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

Email

publicprocurementreview [at] cabinetoffice.gov.uk

Country

United Kingdom

Internet address