Section one: Contracting entity
one.1) Name and addresses
THE GO-AHEAD GROUP LIMITED
3rd Floor,41-51 Grey Street
NEWCASTLE-UPON-TYNE
NE16EE
Contact
Ross Moseley
Country
United Kingdom
Region code
UKC22 - Tyneside
Companies House
02100855
Internet address(es)
Main address
one.1) Name and addresses
GOVIA THAMESLINK RAILWAY LIMITED
3rd Floor, 41-51 Grey Street
Newcastle upon Tyne
NE1 6EE
Country
United Kingdom
Region code
UKC22 - Tyneside
Companies House
07934306
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://www.smartsurvey.co.uk/s/493261-EOI-PPE-SAFETYFOOTWEAR/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.smartsurvey.co.uk/s/493261-EOI-PPE-SAFETYFOOTWEAR/
one.6) Main activity
Urban railway, tramway, trolleybus or bus services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of PPE and Safety Footwear
Reference number
493261
two.1.2) Main CPV code
- 18140000 - Workwear accessories
two.1.3) Type of contract
Supplies
two.1.4) Short description
This procurement is for the Provision of Personal Protective Equipment ("PPE") and Safety Footwear (collectively referred to as "the requirement/s", the "project" or the "scope") to staff within two Customer organisations:
Govia Thameslink Railway Limited; and
Go-Ahead Holding Limited;
In scope categories include:
Ear Protection
Eye Protection
Footwear
Hand Protection
Head Protection
Hi-Vis
Outerwear (i.e. overalls)
Respiration
This procurement shall be conducted in compliance with Utilities Contract Regulations 2016 and the Customers Procurement Policy.
The objective of this procurement is to establish a minimum of two (2) contracts for supplies (with ancillary services) to be utilised by the respective Customer entities for our specific requirements across GAG and GTR.
The Customer currently hold two (2) agreements with suppliers for similar supplies / services which will be replaced following the award of this Contract.
This shall be a zero value Contract. However, spend in the initial term (36 months) in this area across both Customer organisations is approximately £4,200,000.00.
It is the intention of the Customer to include extension Options in the contract/s of up to a further 36 months cumulatively.
At the conclusion of this procurement, the Customer will place a minimum of one (1) contract each for GAG and GTR respectively. A Bidder awarded one (1) of the small Lots shall be issued with two (2) contracts for that small Lot.
Lot 1 - PPE - (all sub-categories except Safety Footwear)
Lot 2 - Safety Footwear - (no other sub-categories)
Note: Bidders are permitted to bid for both lots which could result in award to a single Bidder.
For more information on the Customers approach to Sustainable Procurement, please follow the link: https://www.go-ahead.com/sustainability/case-studies/sustainable-procurement-charter
two.1.5) Estimated total value
Value excluding VAT: £4,200,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
LOT 1 - PPE
LOT 2 - Safety Footwear
two.2) Description
two.2.1) Title
PPE (Personal Protective Equipment)
Lot No
1
two.2.2) Additional CPV code(s)
- 18140000 - Workwear accessories
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- IE061 - Dublin
Main site or place of performance
For more information on our affiliates, please follow this link: https://www.go-ahead.com/who-we-are/uk-bus
For more information on the Govia Thameslink Railway network, please follow this link: https://www.thameslinkrailway.com/destinations-and-offers/where-we-travel-to/our-routes
two.2.4) Description of the procurement
Supply of PPE to the Customer organisations. Bid submissions must adhere to relevant harmonised EN Safety Standards. In scope categories for this small lot include:
Ear Protection
Eye Protection
Hand Protection
Head Protection
Hi-Vis items - including branded vests, jackets et al
Respirators
The Customer will be seeking innovative solutions to the delivery of these Supplies through the negotiated procedure.
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: £2,850,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
It is the intention of the Customer to award the contract for an Initial Term of 36 months. At the expiration of the Initial Term, the Customer may decide to exercise Options within the contract.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Extension provisions: for example, an extended term capped to a cumulative amount of 36 months.
two.2) Description
two.2.1) Title
Safety Footwear
Lot No
2
two.2.2) Additional CPV code(s)
- 18830000 - Protective footwear
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- IE061 - Dublin
Main site or place of performance
For more information on our affiliates, please follow this link: https://www.go-ahead.com/who-we-are/uk-bus
For more information on the Govia Thameslink Railway network, please follow this link: https://www.thameslinkrailway.com/destinations-and-offers/where-we-travel-to/our-routes
two.2.4) Description of the procurement
Provision of Safety Footwear. Submissions must adhere to relevant EN standards.
The Customer will be seeking innovative solutions to the delivery of these Supplies through the negotiated procedure.
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: £1,380,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
It is the intention of the Customer to award the contract for an Initial Term of 36 months. At the expiration of the Initial Term, the Customer may decide to exercise Options within the contract.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Extension provisions: for example, an extended term capped to a cumulative amount of 36 months.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Suppliers must be able to meet the draft specification criteria.
The project shall be conducted in two phases: Invitation to Pre-Qualify ("ITP"); and Invitation to Negotiate ("ITN").
Suppliers must Express Interest ("EOI") via SmartSurvey (https://www.smartsurvey.co.uk/s/493261-EOI-PPE-SAFETYFOOTWEAR/).
Invitations to Pre-Qualify via Pre-Qualification Questionnaire ("PQQ") shall be issued only to those suppliers that have expressed interest in writing at the above-mentioned email address.
Submissions shall be evaluated as per the selection criteria as stated in the procurement documents.
Following the EOI, the first phase will involve Bidders providing the information requested within the PQQ Survey in order to qualify for the second phase of the process.
This phase is designed to ensure that only the most applicable Bidders for each small Lot are invited to participate in the negotiated procedure.
Submissions will be evaluated in accordance with the Evaluation Guidance shown on the PQQ/ITN Questionnaires.
The second phase will invite qualified Bidders to submit a tender which shall form part of this negotiated procedure, as outlined within the ITN Survey. The highest scoring Bidder within each category will be selected for award of the contract.
Submissions will be evaluated in accordance with the Evaluation Guidance shown on the PQQ/ITN Questionnaires.
A range of core documents shall be available for review at ITP / PQQ stage. However, the final versions of these documents and any other associated information shall only be available for Bidders who are invited to participate in the negotiated procedure.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
A Service Level Agreement (SLA) informed by Key Performance Indicators (KPIs) with remedy by Service Credits shall inform the contracts.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
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 December 2022
Local time
5:00pm
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: Within 36 months; subject to the Customer exercising Options in the contract.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
For more information on the Customers respective sustainability priorities, please follow the links below:
Go-Ahead Group Limited - https://www.go-ahead.com/sustainability; and
Govia Thameslink Railway Limited - https://www.thameslinkrailway.com/about-us/corporate-and-social-responsibility/environment#:~:text=Govia Thameslink Railway Ltd divert 99% of all,partner to identify our options and implement them.
six.4) Procedures for review
six.4.1) Review body
Go-Ahead Group Limited
Newcastle upon Tyne
Country
United Kingdom