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
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