Tender

Provision of PPE and Safety Footwear

  • THE GO-AHEAD GROUP LIMITED
  • GOVIA THAMESLINK RAILWAY LIMITED

F05: Contract notice – utilities

Notice identifier: 2022/S 000-032793

Procurement identifier (OCID): ocds-h6vhtk-038683

Published 18 November 2022, 1:46pm



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

Email

ross.moseley@go-ahead.com

Country

United Kingdom

Region code

UKC22 - Tyneside

Companies House

02100855

Internet address(es)

Main address

https://www.go-ahead.com/

one.1) Name and addresses

GOVIA THAMESLINK RAILWAY LIMITED

3rd Floor, 41-51 Grey Street

Newcastle upon Tyne

NE1 6EE

Email

Ross.Moseley@go-ahead.com

Country

United Kingdom

Region code

UKC22 - Tyneside

Companies House

07934306

Internet address(es)

Main address

https://gtrailway.com/

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

Email

Ross.Moseley@Go-Ahead.com

Country

United Kingdom