Tender

The provision of Safety Footwear and PPE

  • SE TRAINS LIMITED

F05: Contract notice – utilities

Notice identifier: 2022/S 000-022669

Procurement identifier (OCID): ocds-h6vhtk-035f18

Published 16 August 2022, 3:10pm



Section one: Contracting entity

one.1) Name and addresses

SE TRAINS LIMITED

Albany House Floor 8,94-98 Petty France

LONDON

SW1H9EA

Contact

Rebecca Bowers

Email

becky.bowers@southeasternrailway.co.uk

Telephone

+44 7772769040

Country

United Kingdom

Region code

UKI32 - Westminster

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.southeasternrailway.co.uk/

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://app.smartsurvey.co.uk/survey/collect/id/1157638

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.6) Main activity

Urban railway, tramway, trolleybus or bus services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

The provision of Safety Footwear and PPE

two.1.2) Main CPV code

  • 18830000 - Protective footwear

two.1.3) Type of contract

Supplies

two.1.4) Short description

The scope of this procurement, is to supply Safety Footwear and PPE to Southeastern employees, the products will be reviewed by the safety team to ensure compliance to standards. Directorates who will use the items in question are:

- Engineering

- Passenger Services

- Train Services.

two.1.5) Estimated total value

Value excluding VAT: £680,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Safety Footwear

Lot No

1

two.2.2) Additional CPV code(s)

  • 18830000 - Protective footwear

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

London, Kent and East Sussex.

two.2.4) Description of the procurement

Purchase and supply of Safety Footwear for Engineering, Passenger Services and Train Services. Items must comply to standards, and be fit for the tasks required.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £410,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

25

This contract is subject to renewal

Yes

Description of renewals

Options to extend term by up to 2 years

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

Options to extend term by up to 2 years

two.2) Description

two.2.1) Title

Supply of PPE

Lot No

2

two.2.2) Additional CPV code(s)

  • 18140000 - Workwear accessories

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

London, Kent and East Sussex

two.2.4) Description of the procurement

Supply of PPE, including but not limited to:

- Head protection

- Eye Protection

- Ear defenders, plugs

- Hand protection - Gloves and gauntlets

- HV (Branded) items, such as vests, jackets, wet weather gear, trousers

- Coveralls

- Masks (various)

HV colours vary depending on use of product.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £270,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

25

This contract is subject to renewal

Yes

Description of renewals

Options to extend term by up to 2 years

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

Options to extend term by up to 2 years


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive dialogue

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

19 September 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

3 October 2022

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: To be re-tendered every 3 (minimum) and 5 (maximum) years.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

SE Trains Limited

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

SE Trains Limited

London

Country

United Kingdom