24
- 1 - TENDER FOR THE PROVISION OF CORPORATE UNIFORM, CASUAL UNIFORM AND PROTECTIVE WORKWEAR Ards and North Down Borough Council Town Hall The Castle BANGOR Co Down BT20 4BT

TENDER FOR THE PROVISION OF CORPORATE UNIFORM, … · appointment onto a Framework Arrangement for the Provision of Corporate Uniform, Casual Uniform and Protective Workwear. . The

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Page 1: TENDER FOR THE PROVISION OF CORPORATE UNIFORM, … · appointment onto a Framework Arrangement for the Provision of Corporate Uniform, Casual Uniform and Protective Workwear. . The

- 1 -

TENDER FOR THE PROVISION OF CORPORATE UNIFORM, CASUAL

UNIFORM AND PROTECTIVE WORKWEAR

Ards and North Down Borough Council Town Hall The Castle BANGOR Co Down BT20 4BT

Page 2: TENDER FOR THE PROVISION OF CORPORATE UNIFORM, … · appointment onto a Framework Arrangement for the Provision of Corporate Uniform, Casual Uniform and Protective Workwear. . The

- 2 -

SECTION 1

INSTRUCTIONS AND INFORMATION FOR TENDERERS

Page 3: TENDER FOR THE PROVISION OF CORPORATE UNIFORM, … · appointment onto a Framework Arrangement for the Provision of Corporate Uniform, Casual Uniform and Protective Workwear. . The

- 3 -

1. INVITATION TO TENDER

Tenders are sought by Ards and North Down Borough Council (“The Council”) for appointment onto a Framework Arrangement for the Provision of Corporate Uniform, Casual Uniform and Protective Workwear. . The Tenderer shall be deemed to have satisfied itself before submitting its tender as to the accuracy and sufficiency of the rates and prices stated in their tender which shall (except in so far as is otherwise provided in the Contract) cover all the Contractor’s obligations under the Contract and the Contractor shall be deemed to have obtained for itself all necessary information as to risks and any other circumstances which might reasonably influence or affect the Contractor’s tender.

2. SUBMISSION OF TENDER

Tenders must be returned no later than 12pm on Wednesday 19th August 2015.

Tenders received after this time will NOT be considered.

Tenders may only be submitted via the https://e-sourcingni.bravosolution.co.uk portal. If you encounter any difficulties registering on the e-Sourcing NI site or difficulty in accessing the information quoted, please contact the BravoSolution Supplier Helpdesk on 0800 368 4850, open Monday to Friday 9am to 6pm. Tenders submitted by post, fax or email will be rejected. When tender submissions are made online via the eSourcing NI site, you will receive confirmation of receipt automatically. All technical questions relating to the tender must be directed through the secure messaging area found within the tender to the BUYER. All technical questions relating to the process of responding and replying to the tender must be directed to the BravoSolution Supplier Helpdesk (0800 368 4850 open Monday to Friday 9am to 6pm).

All submissions must be in English and prices in Sterling, exclusive of VAT.

3. CONTRACT PERIOD

The Contract start date is as detailed in the Tender Specification, the Contract will initially be awarded for a period of two years with an option to extend for a further 2 x 12 month periods, to be reviewed annually and subject to written agreement by both parties.

4. CLARIFICATION

Before submitting a tender, clarification must be sought on any points of doubt. The deadline for receipt of points for clarification is three working days (12pm on Friday 14th August 2015) before the tender return date and time. During the tender period

Page 4: TENDER FOR THE PROVISION OF CORPORATE UNIFORM, … · appointment onto a Framework Arrangement for the Provision of Corporate Uniform, Casual Uniform and Protective Workwear. . The

- 4 -

requests for clarification cannot be made by telephone or in person, requests for clarification must be made via the e-Sourcing NI site.

The tenderer will be expected to have satisfied itself that the tender price submitted will cover all expenses and obligations under the Contract, the Specification and the Conditions are acceptable, before the tender is submitted. No claims can subsequently be made for omissions.

5. WRITTEN ACCEPTANCE

Acceptance by the Council will only be made by written instruction to the successful Contractor.

6. EXPENSES AND LOSSES

The Council shall not be responsible for, or pay for, any expenses or losses that may be incurred by any tenderer in preparing their tender proposals. It is the responsibility of prospective tenderers to obtain for themselves, at their own expense, any additional information necessary for the preparation of their tenders.

7. LOWEST TENDER

The Council is not bound to accept the lowest or any tender or part thereof.

8. CONFIDENTIALITY

Tenderers must treat the tender documents as private and confidential between the tenderer and the Council. Tenderers must note that the Council shall use the tender documents for the purposes of evaluation and that the tender documents held will be destroyed in line with Council disposal schedules.

9. RIGHT TO ISSUE FURTHER INSTRUCTIONS

During the tendering period, the Council reserves the right to make changes to the Contract Documentation and the tenderer, will without reservation, accept such changes. Should it be necessary for the Council to amend the tender documentation in any way, prior to receipt of tenders, all tenderers who have downloaded documents will be notified simultaneously via the eSourcing NI portal.

10. SUSTAINABLE DEVELOPMENT, ENVIRONMENTAL MANAGEMENT AND BIODIVERSITY

The Council is committed to the principles of Sustainable Development, Environmental Management and Protection of Biodiversity. All tenderers should be aware of the Council’s Sustainability and Environmental Policy and agree to abide within its principles. Tenders must follow and adhere to any Environmental Management procedures concerning the provision of goods and services to the Council. The Council is committed to furthering the conservation of biodiversity and requires tenders to be mindful of this and where appropriate ensure that goods and services do not adversely affect local or global biodiversity.

Page 5: TENDER FOR THE PROVISION OF CORPORATE UNIFORM, … · appointment onto a Framework Arrangement for the Provision of Corporate Uniform, Casual Uniform and Protective Workwear. . The

- 5 -

11. ASSÚMPTIONS

Tenderers must not make assumptions that the Council has prior knowledge of their organisation or their service provision. Tenderers will only be evaluated on the information provided in their response.

12. COMPLIANCE

Tenders must be submitted in accordance with these Instructions to Tenderers. Failure to comply may result in a Tender being rejected by the Council.

13. PERIOD TENDERS ARE TO BE HELD OPEN

Tenders must remain valid for acceptance for a period of three months from the closing date for submission of tenders.

14. QUALIFIED TENDERS

Qualification of tenders may result in rejection thereof.

15. EVALUATION CRITERIA

Tenders for each area will be evaluated using the following criteria and associated weightings. Please Note:

There are three (3) Lots within this tender

Each Lot will be evaluated separately therefore a separate service provider will be appointed for each Lot.

Tenderers may apply for one, all or any Lot. In order to submit your response via eSourcingNI you are required to click 'My Response' in the menu on the left hand side of the screen and then click ‘Create Response’ to answer the on line questions and upload attachments where appropriate within the Qualification, Technical and Commercial Areas. These responses can be retracted and re-submitted any time before the closing date. Once you have entered your response and attached all the requested documents, you must click ‘Submit Response’ in order for your tender to be considered for evaluation. Organisations must submit plans detailing how and where they will deliver the requirement taking account of the criteria and requirements specified. To be considered, each prospective tender must address the key areas below. Tenders will be evaluated using the following two-stage process (Stage 1 and Stage 2). Tenderers must demonstrate how they meet all the Selection Criteria in Stage 1 as listed below before proceeding to be assessed against the Award Criteria in Stage 2. The Selection Criteria in Stage 1 are Mandatory Requirements, therefore failure to meet all or any of the Selection Criteria in Stage 1 will result in your tender being eliminated from the competition.

Page 6: TENDER FOR THE PROVISION OF CORPORATE UNIFORM, … · appointment onto a Framework Arrangement for the Provision of Corporate Uniform, Casual Uniform and Protective Workwear. . The

- 6 -

EVALUATION CRITERIA Exclusion Criteria – Pass/Fail Eligibility and Professional Conduct (Pass/Fail) Mandatory and non-Mandatory Exclusion (Pass/Fail) Equal Opportunities (Pass/Fail)

Selection Criteria - Pass/Fail Minimum Standards of Experience (Pass/Fail) Compliance with Specification (Pass/Fail) Economic and Financial Standing (Pass/Fail) Insurance s (Pass/Fail)

Award Criteria - 100% Methodology 25% Customer Service 10% Sustainability 5% Cost 60%

FORMAT OF RESPONSE Minimum Standards of Experience (Pass/Fail) Tenderers must provide details of three (3) similar contracts within the last three (3) years to clearly demonstrate relevant experience of supplying, to other similarly sized organisations, a range of clothing and footwear similar to those in the lot(s) they are tendering for. This must be clearly demonstrated on the Document B – “Minimum Standards of Experience” pro-forma provided. Compliance with Specification/Sample Approval (Pass/Fail) Tenderers must clearly demonstrate how their products meet all aspects of the specification for each core item listed within each Lot being applied for. This must be clearly demonstrated on the Document C – Compliance with Specification. Economic and Financial Standing (Pass/Fail) In order to determine your organisation’s current financial standing, please provide a letter/reference from your bank which must detail that your account is conducted in a satisfactory manner and that your organisation would not undertake a contract which you couldn’t see your way to fulfilling. This reference must be dated within the last 6 months. The information you provide in this section will be used to assess your firm’s financial position.

Page 7: TENDER FOR THE PROVISION OF CORPORATE UNIFORM, … · appointment onto a Framework Arrangement for the Provision of Corporate Uniform, Casual Uniform and Protective Workwear. . The

- 7 -

Insurances (Pass/Fail) Tenderers are required to possess minimum £5 Million pounds sterling Employers Liability Insurance, a minimum of £1 Million pounds sterling Public & Products Liability Insurance and a valid Fleet/Motor Vehicle Insurance cover. Tenderers must acknowledge, within the Qualification Envelope, that they possess the required level of Public and Employers Liability Insurance Cover along with Fleet Insurance cover. If you do not possess this level of Insurance Cover at this current time, then you must acknowledge that you will have it in place before the award of the contract. The tenderer with the most economically advantageous tender for each Lot will be asked to submit samples to the Council for final approval before award. Tenderers will be given further information regarding this at the appropriate time. Tenderers who have been successful in meeting all of the above requirements will proceed to be evaluated against the following criteria: Award Criteria 100% Tenderers must provide a separate submission to address the following criteria Methodology 25% Tenderers must demonstrate their methodology for delivering a successful and excellent service to Council. This must include, but not be limited to, contract implementation, measuring/fitting service, account management, the proposed ordering process and the on time and accurate delivery of orders. Customer Service 10% Tenderers must clearly demonstrate their approach for providing excellent customer service during the lifetime of this contract. This must include, but not be limited to, the provision of after sales service and support, returns policy and procedure for dealing with faulty goods. Sustainability 5% The Council is committed to working with suppliers who are actively taking steps to minimise the impact of their activities on the environment. Tenderers must provide details of any systems or procedures in place for environmental management within their organisation. Cost 60% Sub Criteria

Pricing Schedule for Core Items 40%

Discount offered on Catalogue Prices 20% Tenderers must complete the Pricing Schedule for the core items within each lot being applied for and must confirm the discount offered on non-core items purchased from their catalogue.

Page 8: TENDER FOR THE PROVISION OF CORPORATE UNIFORM, … · appointment onto a Framework Arrangement for the Provision of Corporate Uniform, Casual Uniform and Protective Workwear. . The

- 8 -

This contract will be awarded to the most economically advantageous tender following evaluation of tenders based on the criteria above. Tenderers must note that the council regards the evaluation of tenders as a continuous process up to the point of award. Due consideration will be given to any relevant factors that come to light during this process and further information may be sought at any time including, but not limited to, references, product assessments/samples and visits to the tenderers’ premises. In the event of an unsatisfactory finding at any stage in the evaluation process the council reserves the right to disqualify the tenderer concerned from the competition. Important note: The Council reserves the right not to select a potential supplier who has been assessed as having grave weaknesses in one particular area covered by this tender, notwithstanding acceptable or even strong responses in all other areas.

16. QUALIFICATION ENVELOPE

The Qualification Envelope includes online questions relating to this project which are mandatory and are required to be answered. In addition to project specific questions, there are a number of questions relating to the following;

Form of Tender;

Bribery, Collusion and Canvassing Declaration;

Fair Employment and Treatment (Northern Ireland) Order 1998;

Freedom of Information Statement;

Data Protection;

Conflict of Interest Statement;

Vat Registration;

Terms and Conditions – Goods and Supplies; and

Confirmations.

The successful tenderer for each Lot may be required to complete and sign an original copy of the Form of Tender at the award stage of this competition. There is a requirement to fully complete all information requested in the Qualification Envelope. Failure to do so may result in a void tender. It is important that tenderers take note of Ards and North Down Borough Council’s ‘ANDBC Terms and Conditions – Goods and Supplies’ as found in the Business section of the Council’s website: www.ardsandnorthdown.gov.uk You will need to indicate that you agree and accept these Terms and Conditions within the Qualification Envelope.

Page 9: TENDER FOR THE PROVISION OF CORPORATE UNIFORM, … · appointment onto a Framework Arrangement for the Provision of Corporate Uniform, Casual Uniform and Protective Workwear. . The

- 9 -

17. ASSIGNMENT AND SUBCONTRACTING As per clause 21 of the Council’s terms and conditions, which must be agreed to within the Qualification Envelope on submission of any tender response, the Contractor shall not assign, mortgage, charge or otherwise transfer any rights or obligations under this Contract without the prior written consent of the Council. The Contractor shall not sub-contract any portion of the Contract without the prior consent of the Council. Sub-contracting any part of the Contract shall not relieve the Contractor of any obligation or duty attributable to it under the Contract. The Contractor shall provide the Council with a list of all personnel engaged by its sub-contractors and any subsequent amendments thereto and shall ensure that all other requirements of the Council are observed and complied with by any sub-contractor. Where the Council has consented to the placing of sub-contracts, copies of each sub-contract shall be sent by the Contractor to the Council immediately it is issued.

18. PRICE ADJUSTMENT ON EXTENSION OF THE INITIAL CONTRACT PERIOD

The Contract Price shall apply for the Initial Contract Period. In the event that the Client agrees to extend the Initial Contract Period, the Client shall, in the 6 month period prior to the expiry of the Initial Contract Period, enter into good faith negotiations with the Contractor (for a period of not more than 30 Working Days) to agree a variation in the Contract Price. If the Parties are unable to agree a variation in the Contract Price, the Contract shall terminate at the end of the Initial Contract Period. If a variation in the Contract Price is agreed between the Client and the Contractor, the revised Contract Price will take effect from the first day of any period of extension and shall apply during such period of extension. Any increase in the Contract Price shall not exceed the percentage change in the Office of National Statistics’ Consumer Prices Index (CPI) (or another such index specified in the Pricing Schedule) between the Commencement Date and the date 6 months before the end of the Initial Contract period.

19. PROCUREMENT TIMETABLE

The timetable for procurement is detailed in the table. Whilst every attempt will be made to adhere to the timetable, delays may occur during the tendering phase. This timetable cannot be guaranteed and is indicative only. If significant variations occur to the timescales indicated, the Council will keep tenderers updated using the eSourcingNI messaging system.

Page 10: TENDER FOR THE PROVISION OF CORPORATE UNIFORM, … · appointment onto a Framework Arrangement for the Provision of Corporate Uniform, Casual Uniform and Protective Workwear. . The

- 10 -

Procurement Activity LATEST DATE

Publish Advert 20th July 2015

Publish documentation on eSourcingNI 20th July 2015

Closing date for return of Tenders 19th August 2015

Report to Council 8th September 2015

Closing Date for Standstill 18th September 2015

Award Contract 21st September 2015

20. OTHER INFORMATION Tenderers must note that where quantities and values are given in this specification, they are only estimates and shall not be binding on the Council. Requirements are subject to changes in demand and the expenditure profiles for previous years are given only as a guideline and are not based on any anticipated requirements during the Contract period. Any contracts awarded as a result of this tender competition will be based on the most economically advantageous offer, which offers Best Value.

Page 11: TENDER FOR THE PROVISION OF CORPORATE UNIFORM, … · appointment onto a Framework Arrangement for the Provision of Corporate Uniform, Casual Uniform and Protective Workwear. . The

- 11 -

SECTION 2

TENDER SPECIFICATION

Page 12: TENDER FOR THE PROVISION OF CORPORATE UNIFORM, … · appointment onto a Framework Arrangement for the Provision of Corporate Uniform, Casual Uniform and Protective Workwear. . The

12

CLIENT BACKGROUND AND SERVICE REQUIREMENTS LOCAL GOVERNMENT REFORM The reform of local government has seen the reduction of 26 councils to 11 with an implementation date of 1 April 2015. The new councils are stronger, more efficient and will deliver more effective services. They are be citizen focused, responding to the needs, aspirations and concerns of their communities. In partnership with others, they will guide the future development of their areas. Legislation has been made to define the boundaries of the 11 new local government districts. It also sets the number, boundaries and names of the wards into which each district will be divided. The Local Government Act (Northern Ireland) 2014 is now in place, and introduces the legislative framework for the new councils. CLIENT BACKGROUND AND REFORM The new local authority of Ards and North Down Borough Council (the Council) has existed in shadow form since the elections of May 2014 and has assumed full responsibility from 1 April 2015 for the delivery of services and functions of two legacy councils (Ards Borough Council and North Down Borough Council), along with other functions transferring from central government. This may result in a review of services across the new borough. Further information about the Council can be found on the Council’s website at http://www.ardsandnorthdown.gov.uk GENERAL REQUIREMENTS Ards and North Down Borough Council (the Council) is seeking to appoint one or more suppliers onto a Framework Arrangement to supply and deliver Corporate Uniform, Casual Uniform and Protective Workwear. The Supplier must be able to deliver the services required across all Council departments within the Councils boundaries. The Councils intention is that the use of the Framework will be mandatory for all council premises. Council Officers will purchase items off the Framework as and when required. The framework arrangement as described in the specification will not in any legal manner whatsoever constitute a contract between the Council and the successful supplier(s). Any order placed by the Council with the supplier under the Framework Arrangement, shall become a separate and independent contract in its own right, once accepted by the supplier. In each and every such case, the terms of the Framework Arrangement and the conditions therein shall govern the materials procured. As such, the Council is unable to guarantee any minimum quantities to be ordered.

Page 13: TENDER FOR THE PROVISION OF CORPORATE UNIFORM, … · appointment onto a Framework Arrangement for the Provision of Corporate Uniform, Casual Uniform and Protective Workwear. . The

13

There are 3 Lots within this Tender as detailed below. Tenderers may apply for one, any or all Lots. Each LOT will be evaluated separately. One Supplier only will be appointed per each LOT. Tenderers must indicate which Lot(s) they wish to be considered for within the Qualification Envelope on eSourcingNI. Lot 1 – Protective Workwear Lot 2 – Casual Uniform Lot 3 – Corporate Uniform Ards and North Down Borough Council requires corporate uniform items ( jackets, skirts, trousers, shirts, blouses etc), casual uniform items (trousers, polo shirts, t-shirts, sweatshirts, fleeces etc) and protective workwear items (hi-visibility coats and trousers, other trousers and jackets and footwear etc). These items are required to be logoed with the Council’s new branding (where applicable). Details of the logo will be advised to the successful Tenderer(s). The corporate uniform must comply with HMRC uniform requirements and therefore ‘tax tabbing’ must be included on all items of corporate uniform. The pricing schedules detail the estimated annual number of garments required for each item, however no guarantee of volumes to be ordered must be assumed by the Tenderer. During the last three years the legacy Councils (Ards Borough Council and North Down Borough Council) spent a combined total of approximately £80,000 per annum on uniforms. This is an indicative amount for information only and no guarantee of future contract value must be assumed due to the current economic climate and reductions in usage during the contract is deemed more likely. There is no breakdown of spend available for each Lot. The scope of the Agreement shall be in accordance with the product range as detailed within this specification. All items listed in your final tender for the core list will be the fixed core list being used on this Framework Arrangement. All prices quoted must remain fixed for the initial two year period of the Framework. Any increases in prices will require evidence through use of market information. All core items must be ‘in stock’ items. All out of stock core list products must be replaced with an alternative of at least the same quality and at the core list price. The Council must be given prior notice of any discontinued products on the core list and an alternative product/price must be negotiated 4 weeks prior to a products discontinuation. New products must be of equal or better quality and added to the core list at no more than your original quoted price. Tenderers must note that the Council does not bind itself to demanding any minimum quantity of goods. Any estimated quantities or other information supplied by the Council is provided for information only and no guarantee can be given as to its accuracy or that orders during the period of the Agreement will attain the quantities or levels stated or implied.

Page 14: TENDER FOR THE PROVISION OF CORPORATE UNIFORM, … · appointment onto a Framework Arrangement for the Provision of Corporate Uniform, Casual Uniform and Protective Workwear. . The

14

ORDERING AND DELIVERY The Supplier shall ensure that no goods are supplied without firstly receiving an official Purchase Order. Purchase Orders must be accepted by facsimile, e-mail and telephone. Care must be taken to ensure that details such as the purchase order number, delivery address, invoicing address and contact name and telephone number are carefully recorded. Orders will be placed for direct delivery to the Customer, or to the address indicated by them in their Purchase Order. The Supplier must deliver the goods within 5 working days following the receipt of a valid purchase order. All goods must be securely and appropriately packaged and clearly addressed. Drivers must exercise caution while making deliveries to Council premises. All deliveries must be accompanied by a delivery note, which as a minimum must detail the products and quantities supplied, the delivery address, and the purchase order number. PERFORMANCE MANAGEMENT AND REPORTING The Supplier must ensure that agreed methods and appropriate systems are in place to monitor the performance of the Contract in all areas but with particular emphasis on:

Quality control

Supply Chain

Response times to requests

Number of delivery times when deadlines were not met

Number of invoice and credit disputes handled and resolved

Number of non-conformances and complaints

CONTRACT MANAGEMENT The Council will proactively manage this framework and to enable contract management, the successful supplier(s) are required to do the following:

Provide an Account/Contract Manager for this Contract.

This Account/Contract Manager will attend agreed contract review meetings with the Council and act as the main contact for resolving or discussing any issues relating to the contract.

Manage day to day issues such as invoicing difficulties or problems with individual orders between the individual customer and the Supplier’s customer service representatives (unless they cannot be resolved by customer service representatives).

Maintain an up to date list of all users of the contract across the Council’s business. This list will be required prior to each agreed review meeting.

Obtain customer feedback from a sample of customers on a regular basis as agreed with Council and present results at the following agreed review meeting.

Page 15: TENDER FOR THE PROVISION OF CORPORATE UNIFORM, … · appointment onto a Framework Arrangement for the Provision of Corporate Uniform, Casual Uniform and Protective Workwear. . The

15

SALES AND TECHNICAL SUPPORT The Council must be able to contact the supplier regarding any query or for technical advice, between the hours of 8:30a.m to 5.00p.m Monday to Friday, excluding Statutory Public Holidays, at no additional cost. Following the award of the Framework Arrangement, the Council may request that the successful supplier meets with key customers within the Council to introduce themselves and their organisation. This may take the form of a ‘one-off’ presentation session or may involve visiting individual premises. The Council is committed to the success of this Framework Arrangement and will endeavour to support any reasonable suggestions that the successful supplier has for publicising the Framework Arrangement. PRODUCT SAMPLES The Tenderer shall at its own cost, comply with any request or instruction of the Contract Manager in relation to samples which the Council may require for the purpose of analysis or the carrying out of tests. PRICING The price schedule must remain fixed and firm for the initial two year period of the Framework Arrangement. The prices must in all cases include costs of packing and delivery. Tenderers must submit offers for all of the products listed in the core product Pricing Schedules for each Lot. Suppliers must note it is a condition of this Framework Arrangement that prices have to be provided for every item specified in the Pricing Schedule for each Lot. Failure to do so will result in a non-compliant bid. Tenderers are also requested to indicate the percentage of discount offered on non-core items in their catalogue (items not included on the Councils core list). Additional items identified during the period of the contract will be sourced from the supplier awarded the relevant Lot. If they are unable to supply a satisfactory item then the Council will source the item from an alternative supplier. The products listed in the price schedule are representative of some of the products currently being purchased but is not by any means exhaustive and is open to amendment and change through discussion with key user departments. INVOICING Payment Terms will be 30 days from the receipt of a correct and valid invoice and interest shall not accrue on invoices under dispute. Invoices must be addressed to Ards and North Down Borough Council, Finance Dept, Town Hall, The Castle, Bangor, Co Down, BT20 4BT.

Page 16: TENDER FOR THE PROVISION OF CORPORATE UNIFORM, … · appointment onto a Framework Arrangement for the Provision of Corporate Uniform, Casual Uniform and Protective Workwear. . The

16

All invoices issued must clearly display the following information as a minimum: • The Council’s Purchase Order No.; • The full name and address of the relevant delivery point; • A description of the goods supplied; • The quantity supplied and the respective unit costs; • The net & VAT sums; • The Supplier’s VAT registration number. Payment shall be made via BACS. The Supplier must ensure the timely issue of all credit notes issued in respect of goods returned or invoicing error correction. SPECIFICATIONS All items must conform to the specification or better and Suppliers must detail how their proposals meet the specification. In addition the items supplied must be durable and washable (if applicable). Where applicable, the item must comply with the latest British Standards. A brand guidelines document (Appendix 1) is attached for your information and a final proof of the logo will be agreed with the successful Tenderer(s). An embroidered logo on the front left breast and/or a heat sealed logo on the back will be required on the garments as indicated on the specification below. The corporate uniform must comply with HMRC uniform requirements and therefore ‘tax tabbing’ must be included on all garments as indicated on the specification below.

Page 17: TENDER FOR THE PROVISION OF CORPORATE UNIFORM, … · appointment onto a Framework Arrangement for the Provision of Corporate Uniform, Casual Uniform and Protective Workwear. . The

17

ARDS AND NORTH DOWN BOROUGH COUNCIL

LOT 1 - PROTECTIVE WORKWEAR

Item

No

Description

1.1 Hi Vis Waterproof Trousers 300d Outer 100% polyester waterproof/windproof and be highly breathable. Lightweight and comfort fit. Legs to be adjustable and elasticated waist. Must comply with ISO 20471:2013 Trousers to be hi vis yellow in colour and have two reflective bands on both legs. Must be able to supply 26-52 inch waist, 27-35 inch leg

1.2 Work Trousers - Standard

Colour Fluorescent Yellow 9 Oz 60% cotton/40% polyester, twill with cotton inside. Must be triple stitched with roomy front pockets, and hip pockets. Cargo pocket with flap and mobile phone pocket. Must be able to supply 26-52 inch waist . 27-35 inch leg . Must comply with ISO 20471:2013

1.3 Work Trousers - Standard

Colour Navy 9 Oz 65% polyester/35% cotton, twill with comfort finish, durable water repellent (DWR) Must be triple stitched with roomy front pockets, and hip pockets. Cargo pocket with flap and mobile phone pocket. Reinforced knee patches, front zip fly. Must be able to supply 26-52 inch waist . 27-35 inch leg . Must comply with ISO 20471:2013

1.4 Work Trousers – Light weight 8 Oz Navy 65% polyester/35% cotton, twill with comfort finish durable water repellent (DWR) Must be triple stitched with roomy front pockets, and hip pockets. Cargo pocket with flap and mobile phone pocket. Reinforced knee patches, front zip fly. Must be able to supply 26-52 inch waist . 27-35 inch leg Must comply with ISO 20471:2013

1.5 Hi Vis Short sleeved Polo Shirt The polo shirts will be double knitted and be manufactured from 100% polyester on exterior and 50% viscose and 50% polyester on the inside to allow breathability. Must fulfil Class 3 H&S Guidelines. The polo shirt will be yellow in colour and comply with ISO 20471:2013 Must be able to supply Sizes, Small - 5XL LOGO required on front left breast and Screen printing on back, top centre

1.6 Hi Vis Long sleeved Polo Shirt The polo shirts will be double knitted and be manufactured from 100% polyester on exterior and 50% viscose and 50% polyester on the inside to allow breathability. Must fulfil Class 3 H&S Guidelines. Must have 2 x 50mm reflective bodyband with 50mm braces stitched to the polo shirt. The polo shirt will be yellow in colour and comply with ISO 20471:2013

Page 18: TENDER FOR THE PROVISION OF CORPORATE UNIFORM, … · appointment onto a Framework Arrangement for the Provision of Corporate Uniform, Casual Uniform and Protective Workwear. . The

18

Must be able to supply Sizes, Small - 5XL LOGO required on front left breast Screen printing on back, top centre.

1.7 Short sleeved Polo Shirt The polo shirts will be double knitted and be manufactured from 100% polyester on exterior and 50% viscose and 50% polyester on the inside to allow breathability. The polo shirt will comply with ISO 20471:2013 Colour to be advised. Must be able to supply Sizes, Small - 5XL LOGO required on front left breast and Screen printing on back , top centre

1.8 Hi Vis Waterproof Jacket To BS EN 471 Class 3 conspicuousness and Class 2 retro reflection performance 300 denier PU coated outer fabric with mesh lining To EN343 3,3 for breathability and waterproofness External waterproof zip pocket for mobile phone All external pocket flaps have additional reflective piping ID badge pocket Fully taped seems Zipped front with storm flap Fold away hood Machine Washable Sizes Small to 5XL LOGO required on front left breast on Coat. Screen printing on back, top centre of coat

1.9 High Visibility Coat with Body Warmer 4 in 1 Hi Vis Yellow/Blue coat. Must comply with EN 343 and ISO 20471:2013. Must fulfil Class 3 H&S Guidelines Coat must be 100% waterproof/windproof. Must be highly breathable, supple and have high tear resistance. Inner bodywarmer must have detachable sleeves, with knitted windcuffs at the end of sleeves. Must be able to supply Sizes, Small - 5XL LOGO required on front left breast on Coat and Inner Body warmer. Screen printing on back, top centre of Coat and inner jacket

1.10 Hi Visibility Vests Polyester, bound with Nylon, have Velcro fastening and have 1no 50mm scotchlite reflective bodyband with 50mm braces (must be stitched on). Should be yellow in colour and comply with ISO 20471:2013 and have full CE markings. Must fulfil Class 3 H&S Guidelines Must be able to supply Sizes, Small - 5XL LOGO required on front left breast and Screen printing on back, top centre

1.11 Boiler Suit Polyester/Cotton 7¼oz concealed stud front and breast pocket stud flap. Two swing pockets, side access rule pocket, elastic back. Colour yellow hi-vis/navy to fulfil Class 3 H&S Guidelines Must comply with ISO 20471:2013 Must be able to supply Sizes, Small - 5XL LOGO required on front left breast. Screen printing on back, top centre

Page 19: TENDER FOR THE PROVISION OF CORPORATE UNIFORM, … · appointment onto a Framework Arrangement for the Provision of Corporate Uniform, Casual Uniform and Protective Workwear. . The

19

1.12 Microtex Hi-Vis Rain Jacket – Soft Shell Hi-vis tri-laminate soft shell Jacket should be 100% waterproof and breathable, seamless front pocket / Sleeves should have Velcro adjustments with reflective tape. Should have elasticated adjustments at waist. Should fulfil Class 3 H&S guidelines and comply with ISO20471:2013 Must be able to supply Sizes, Small - 5XL LOGO required on front left breast. Screen printing on back, top centre

1.13 Long-sleeved crew necked sweatshirt (high-visibility) Long-sleeved sweatshirt to comply with EN471 Class 3 in yellow knit polyester with two band and brace 50mm reflective tape and grey collar and cuffs Knitted rib neckline, sleeve cuffs and hem. In-set sleeve design Luxurious brushed inner face Must be able to supply Sizes, Small - 5XL LOGO required on front left breast. Screen printing on back, top centre

1.14 Men’s Overcoat Waterproof coats breathable, drawstring hood, thermal lining polyester fabric Anti-wicking strip at bottom hem Semi elasticated cuff with Velcro adjustment Sizes Small to 5XL LOGO required on front left breast. Screen printing on back, top centre

1.15 Women’s Overcoat Waterproof coats breathable, drawstring hood, thermal lining polyester fabric Anti-wicking strip at bottom hem Semi elasticated cuff with Velcro adjustment Sizes Small to XL LOGO required on front left breast. Screen printing on back , top centre

1.16 Gortex Jacket Roll away hood away with volume adjusters. Three pockets – one zipped map pocket and two zipped patch pockets. Double storm flap to centre front, Elasticated waist and hem drawcord. Warm lined collar, Hook and loop adjustable cuff tabs, 3/4 Length. Sizes Small to XXLarge, LOGO required on front left breast.

1.17 Wellington Boot Knee length, black heavy duty PVC with safety toe cap. Pierce resistant midsole, oil resistant sole. To comply with BS EN345 and be CE marked. Sizes 6 to 13

1.18 Safety Work Boot Black safety boot, padded ankle, dual density sole. Oil, acid, solvent resistant and heat resistant up to 200 degrees, with D rings to comply with BS EN345. Boot must meet S3 waterproof rating. Sizes 6 to 13

1.19 Safety Work Boot Black safety boot, padded ankle, toe guard, dual density sole. Oil, acid, solvent resistant and

Page 20: TENDER FOR THE PROVISION OF CORPORATE UNIFORM, … · appointment onto a Framework Arrangement for the Provision of Corporate Uniform, Casual Uniform and Protective Workwear. . The

20

heat resistant up to 200 degrees, with D rings to comply with BS EN345. Boot must meet S3 waterproof rating. Sizes 6 to 13

1.20 Safety Work Shoe Black safety shoe, dual density sole. Anti-static with midsole - oil, acid, solvent resistant and heat resistant up to 200 degrees, comply with BS EN345. Sizes 6 to 13

1.21 Safety Rigger Boot Black leather upper• Wide fitting• fur lined • water resistant- steel/non metallic midsole and toe cap - S3 standard (Sizes 6-13) Double density PU shock absorbing sole. EN20345

Page 21: TENDER FOR THE PROVISION OF CORPORATE UNIFORM, … · appointment onto a Framework Arrangement for the Provision of Corporate Uniform, Casual Uniform and Protective Workwear. . The

21

ARDS AND NORTH DOWN BOROUGH COUNCIL

LOT 2 - CASUAL UNIFORM

Item No

Description

2.1 Women's Short Sleeve T-Shirt Modern fit. Longer length 100% cotton jersey. Weight 140 gsm. Colour to be advised.

LOGO required on front left breast – sizes XSmall to XXXLarge

2.2 Women's Long Sleeve T-Shirt Soft fitted style with side seams. Narrow 1/2" neck. Colour Navy. LOGO required on front left breast– sizes XSmall to XXXLarge

2.3 Women's Coat - Outer shell 175g/m2. 100% polyester. Three layer bonded hydrophobic substrate of 100% polyester lightweight Pongee for women. Thermo-regulating hydrophobic membrane, laminated woven mesh lining. Colour: to be advised. LOGO required on front left breast – sizes XSmall to XXXLarge

2.4 Women's Coat Liner 80g/m2, 100% nylon. Matt taffeta, interactive coldness. Water -repellent by DWR-Finish. Body fitted cutting. Colour: to be advised. LOGO required on front left breast – sizes XSmall to XXXLarge

2.5 Men's Short Sleeve T-Shirt 100% cotton jersey. Weight 140 gsm. Colour: to be advised – sizes Small to XXXLarge LOGO required on front left breast

2.6 Men's Long Sleeve T-Shirt Tubular Body. 100% cotton. Colour: Navy – sizes Small to XXXLarge LOGO required on front left breast

2.7 Polo Shirt 65% polyester 35% cotton fabric (230g/m2) 3 button placket front opening, Colour to be advised. Knitted collar with rib neckline, sleeves, cuff and hems Brushed inner face, Machine Washable – Sizes Small to 5XL. LOGO required on front left breast

2.8 Women's Skinny Jeans 98% cotton, 2% elastine. Colour: Black – a full range of sizes and lengths Tax tabbed

2.9 Women's Sport Jacket Water resistant, breathable lining, concealed hood, chest zip pocket, two side zip pockets - one phone pocket, adjustable cuffs, drawcord hem. Nylon taslon with PU coating Sizes XS – XXL colour to be advised. LOGO required on front left breast

Page 22: TENDER FOR THE PROVISION OF CORPORATE UNIFORM, … · appointment onto a Framework Arrangement for the Provision of Corporate Uniform, Casual Uniform and Protective Workwear. . The

22

2.10 Women's Polo Shirt Ladies cut, three button placket, cuffed sleeves, side vents. 65% polyester 35% cotton. Sizes XS – XXXL Colour to be advised. LOGO required on front left breast

2.11 Women's Fleece Compact pile fleece. Shaped fit, collar high full zip, two front zip pockets, adjustable drawcord hem. 100% polyester. Weight 320gsm Sizes XS – XXL Colour to be advised. LOGO required on front left breast

2.12 Women’s Softshell jackets Layer softshell fabric with breathable membrane and bonded microfleece lining, water resistant to 5000mm Sizes XS – XXL Colour to be advised. LOGO required on front left breast

2.13 Women’s V neck Jumpers cotton or cotton mix – machine washable Sizes XS – XXL Colour to be advised. LOGO required on front left breast

2.14 Women’s Cardigan Cotton or cotton mix – machine washable Sizes XS – XXL Colour to be advised. LOGO required on front left breast

2.15 Unisex Rugby Shirt Cotton or cotton mix – machine washable Sizes XS – XXXL Colour to be advised. LOGO required on front left breast

2.16 Long-sleeved crew necked sweatshirt Long-sleeved sweatshirt 65% polyester, 35% cotton fabric (300g/m). Knitted rib neckline, sleeve cuffs and hem. In-set sleeve design Luxurious brushed inner face Colour to be advised Must be able to supply Sizes, Small - 5XL LOGO required on front left breast

2.17 Baseball Caps Six-panel low profile styling in premium quality brushed cotton. Self-fabric adjuster bar which includes brass buckle and grommet. One size fits all. Colour to be advised LOGO required on front centre of cap

2.18 Beanie Hats Fully ribbed 100% acrylic fabric. Colour to be advised LOGO required on front centre of hat

2.19 Fleece Anti-pill fleece fabric 300g/m2

2 zipped pockets with fleece lining Zipped internal chest pocket Draw cord on hem. Sizes Small to XXXL. LOGO required on front left breast

Page 23: TENDER FOR THE PROVISION OF CORPORATE UNIFORM, … · appointment onto a Framework Arrangement for the Provision of Corporate Uniform, Casual Uniform and Protective Workwear. . The

23

2.20 Ladies wrap over tunic Back pleat for ease of movement, front fastening, 100% polyester plain weave with inherent stretch capabilities in various sizes – colour to be advised. Sizes Small to Xlarge

Page 24: TENDER FOR THE PROVISION OF CORPORATE UNIFORM, … · appointment onto a Framework Arrangement for the Provision of Corporate Uniform, Casual Uniform and Protective Workwear. . The

24

ARDS AND NORTH DOWN BOROUGH COUNCIL

LOT 3 - CORPORATE UNIFORM

Item No

Description

3.1 Ladies Jacket 55% polyester, 45% wool – machine washable – available in single or double breast, a full range of lengths and sizes, lined – colour to be advised, tax tabbed

3.2 Ladies Trousers 55% polyester, 45% wool – machine washable – available in various styles, finished length – half lined – a full range of lengths and sizes, lined – colour to be advised, tax tabbed

3.3 Ladies Skirt 55% polyester, 45% wool – machine washable – available in various styles, finished length – lined – a full range of lengths and sizes, lined – colour to be advised, tax tabbed

3.4 Ladies short sleeved blouses 75% cotton, 25% polyester, machine washable – various styles to include button down option i.e. fitted, non-fitted – a full range of lengths and sizes, colour to be advised, tax tabbed

3.5 Ladies long sleeved blouses 75% cotton, 25% polyester, machine washable – various styles i.e. fitted, non-fitted to include button down option– a full range of lengths and sizes, colour to be advised, tax tabbed

3.6 Ladies undersuit top/polyester tunic A full range of sizes, tax tabbed

3.7 Men’s Blazer Navy single breast with Council coloured crest embroidered on pocket – a full range of lengths and sizes, lined, tax tabbed

3.8 Men’s Trousers Navy -55% polyester, 45% wool – machine washable – various sizes, finished length - a full range of lengths and sizes, lined – colour to be advised , tax tabbed

3.9 Men’s Long Sleeved Cotton Shirts (not button down) - machine washable – a full range of lengths and sizes, colour to be advised , tax tabbed

3.10 Men’s Short Sleeved Cotton Shirts (not button down) - machine washable – a full range of lengths and sizes, colour to be advised, tax tabbed

3.11 Ladies neck scarf various colours – one size – 100% polyester, tax tabbed