UK-Bristol: Protective and safety clothing.

UK-Bristol: Protective and safety clothing.
Section I: Contracting Authority
I.1) Name and addresses
Forestry England for and on behalf of The Forestry Commission
620 Bristol Business Park, Bristol, BS16 1EJ, United Kingdom
Tel. +44 3000674000, Email: emily.coffin@forestryengland.uk
Contact: Emily Coffin
Main Address: https://www.forestryengland.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Bristol:-Protective-and-safety-clothing./YVSTR4U66E
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned 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: Not provided
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Other activity:

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Supply of General and Chainsaw Personal Protective Equipment for the Forestry Commission
Reference Number: FCCN/234
II.1.2) Main CPV Code:
35113400 - Protective and safety clothing.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The Forestry Commission require a contract for the supply of both general and chainsaw specialist personal protective equipment (PPE). Full details of our requirements are provided in the tender documentation.
II.1.5) Estimated total value:
Value excluding VAT: 900,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Chainsaw PPE - Headgear
Lot No: 1
II.2.2) Additional CPV codes:
18143000 - Protective gear.
35113400 - Protective and safety clothing.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The Forestry Commission require a contract for the supply of chainsaw headgear personal protective equipment (PPE). Such equipment includes: forestry helmet, ear defenders, mesh visors, helmet mounted face shield. Full details of the range of chainsaw headgear PPE are provided in the tender specification.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 2

II.2.1) Title: Chainsaw PPE - Other
Lot No: 2
II.2.2) Additional CPV codes:
18100000 - Occupational clothing, special workwear and accessories.
18130000 - Special workwear.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The Forestry Commission require a contract for the provision of chainsaw personal protective equipment (PPE). Such equipment includes, but is not limited to: chainsaw trousers, boots, gloves and braces. Full details of the range of chainsaw PPE are provided in the tender specification.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3

II.2.1) Title: General Purpose PPE
Lot No: 3
II.2.2) Additional CPV codes:
18143000 - Protective gear.
35113400 - Protective and safety clothing.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The Forestry Commission require a contract for the provision of general purpose personal protective equipment (PPE). Such equipment includes, but is not limited to: hard hats, safety eyewear, protective footwear, high visibility clothing, gloves, trousers, jackets, coveralls and brow guards. Full details of the range of general purpose PPE are provided in the tender specification.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As stated in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
As stated in the procurement documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2023/S 000 - 031633
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 23/02/2024 Time: 12:00

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:
Duration in month(s): 3

IV.2.7) Conditions for opening of tenders:
Date: 23/02/2024
Time: 12:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2029
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://forestryengland.delta-esourcing.com/tenders/UK-UK-Bristol:-Protective-and-safety-clothing./YVSTR4U66E

To respond to this opportunity, please click here:
https://forestryengland.delta-esourcing.com/respond/YVSTR4U66E
VI.4) Procedures for review
VI.4.1) Review body:
High Court
London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 24/01/2024

Annex A