Scope
Description
REQUIREMENTS SUMMARY
The Supplier will perform the following Goods and Services to meet the requirements.
The manufacture, [design if applicable] and supply of the Customers employee's uniform ('Garments'). The supplier will be provided with a list of garments specifications by the Customer but may be required to provide design support throughout the lifetime of the contract.
End-to-end management of the phased mobilisation of all Customer contracts to a defined timeline, implementation includes facilitating the transfer of stock from incumbent premises and reprocessing, booking and distribution through the incumbent suppliers systems.
Dedicated Contract Management in line with PA Regs 2023.
All distribution and delivery of Garments to the Customer's designated delivery locations.
Robust stock holding and forecast process to ensure Garments are available and can be delivered to the Customer in line with demand,
The provision of a customer facing online system for employee ordering, allocation controls, return and exchange of Garments.
Supporting the Customer to adopt sustainable business practices and take advantage of advances in sustainability.
Transfer of all remaining stock from the incumbent supplier, ongoing storage, insurance and distribution.
NOTE: Recycling of uniforms, safety footwear and branded backpacks will be a costed option i.e. if the proposal is accepted and is within the approved budgets, we will include this within the requirements. If the proposal is not accepted, then recycling of uniforms, safety footwear and branded backpacks will be out of scope.
Total value (estimated)
- £5,472,555 excluding VAT
- £6,567,066 including VAT
Above the relevant threshold
Contract dates (estimated)
- 3 September 2026 to 2 September 2029
- Possible extension to 2 September 2031
- 5 years
Description of possible extension:
The contract length is anticipated to be three (3) years with an option to extend for another two (2) years.
The estimated contract value stated above is for the total term i.e. 5 years (3+2).
Estimated Value below;
FY 26/27 - £550,000
FY 27/28 - £1,054,831
FY 28/29 - £1,076,983
FY 29/30 - £1,098,630
FY 30/31 - £1,120,603
FY 31/32 - £571,508
The spend indicated within this tender process is not fully committed as the actual annual budgets will be subject to approval by Department for Transport from time to time, usually
annually. Please note, we would reserve the right to reduce or increase the budgets as necessary at any point in time.
Main procurement category
Goods
CPV classifications
- 18222000 - Corporate clothing
Contract locations
- UK - United Kingdom
Participation
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Submission type
Requests to participate
Deadline for requests to participate
4 March 2026, 4:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
10 July 2026
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Pricing | Pricing Submission - 50% |
Price | 50% |
| Qualitative Criteria | Processes & Systems - 20% System and MI, Garment Allocation, Online Ordering, Stock Forecasting Account Management - 7% Hierarchy, Contract Review Schedule Contract Mobilization - 3% Critical Path... |
Quality | 45% |
| Contract | Non-Negotiable Clauses - Pass/Fail Negotiable Clauses - Qualitatively Scored (5%) SLAs/ KPIs - Pass/Fail |
Quality | 5% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Utilities
Competitive flexible procedure description
This will be a two-stage process with a Pre-Qualification Stage (PQQ) followed by down selection of a limited number of Applicants to proceed to an Invitation to Negotiate (ITN)
stage. AWC Procurement will manage the tender process, which will be carried out in accordance with the Procurement Act 2023. The process will not make use of an electronic auction. The Client reserves the right at its absolute discretion throughout the procurement process:
1. to amend and refine the award criteria,
2. to amend and refine the proposed procurement procedure prior to issuing the ITN, and
3. not to proceed with a contract award.
Following the evaluation of the PQQ responses, the Client will shortlist the applicants it will invite to tender in accordance with the terms of the PQQ. The Client reserves the right
to limit the number of applicants that are invited to tender to a maximum of five (5) applicants. Only applicants that score a "pass" for all non-qualitatively scored questions in
the PQQ (outlined within tab 5 to 7 within the PQQ questionnaire) will be considered and Applicants will then be ranked in order of highest to lowest score. The Client reserves the right, in its absolute discretion, to invite more applicants into the ITN process if there is a tie in the scores between two (2) or more applicants for the final place.
Those tenderers shortlisted from the PQQ stage will be invited to submit a proposal based on the ITN. Submissions will be evaluated during the ITN stage, allowing internal teams to
select the most advantageous tender (MAT) based on both qualitative and cost evaluations, including final contract negotiations. All shortlisted tenderers will be taken to a presentation stage to demonstrate their confidence in delivery.
The procurement timeline will be published and aimed at appointing the shortlisted supplier by 3rd August 2026 to allow time for mobilisation, with the contract start date set for 3rd September 2026.
The existing suite of First Group systems (e,g, WAX Portal) will support the process, ensuring full transparency and auditability in accordance with the new Procurement Act 2023.
Details on the T&Cs and the extent/nature of dialogue / negotiation during the process will be provided to down-selected bidders only during the ITN stage.
Documents
Associated tender documents
https://s2c-uk62.waxdigital.com/FirstGroupPlc/DisplayModules/TradeModules/Negotiations/Opportunities/ViewOpportunityEvent.aspx?EventID=5083&Culture=en-GB
Contracting authority
FIRST TRENITALIA WEST COAST RAIL LIMITED
- Companies House: 10349442
- Public Procurement Organisation Number: PGLQ-8629-CMPG
8th Floor The Point
London
W2 1AF
United Kingdom
Region: UKI32 - Westminster
Organisation type: Public undertaking (commercial organisation subject to public authority oversight)