
Market Leads & Opportunities
United Kingdom-NEWCASTLE-UPON-TYNE: Provision of PPE and Safety Footwear
Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-032793/EN)
Nature of contract: Supply contract
Procedure: Negotiated procedure
Type of bid required: Global bid
Contract notice
Supplies
Section I: Contracting entity
I.1) Name and addresses
Official name: THE GO-AHEAD GROUP LIMITED
National registration number: 02100855
Postal address: 3rd Floor,41-51 Grey Street
Town: NEWCASTLE-UPON-TYNE
Postal code: NE16EE
Country: United Kingdom
Contact Person: Ross Moseley
Email: ross.moseley@go-ahead.com
Internet address(es):
Main address:
Official name: GOVIA THAMESLINK RAILWAY LIMITED
National registration number: 07934306
Postal address: 3rd Floor, 41-51 Grey Street
Town: Newcastle upon Tyne
Postal code: NE1 6EE
Country: United Kingdom
Email: Ross.Moseley@go-ahead.com
Internet address(es):
Main address:
I.2) Joint Procurement:
The contract involves joint procurement
I.3)Communication
Access to the procurement documents is restricted.Further information can be obtained at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted
electronically via:
I.6) Main activity:
Urban railway, tramway, trolleybus and bus services
Section II: Object
II.1) Scope of the procurement:
II.1.1) Title: Provision of PPE and Safety Footwear
Reference number: 493261
II.1.2) Main CPV code: 18140000
II.1.3) Type of contract: Supplies
II.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:
II.1.5) Estimated total value
Value excluding VAT: 4200000 Currency: GBP
II.1.6) Information about lots
The contract is divided into lots: yes
Tenders may be submitted forall lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
LOT 1 – PPEnLOT 2 – Safety Footwear
II.2) Description
II.2.1) Title: PPE (Personal Protective Equipment)
Lot No:1
II.2.2)Additional CPV code(s)
Main CPV code: 18140000
II.2.3) Place of performance
Nuts code: Main site or place of performance:
For more information on our affiliates, please follow this link:
For more information on the Govia Thameslink Railway network, please follow this link:
II.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.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 2850000 Currency: GBP
II.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.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:yes
II.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.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.1) Title: Safety Footwear
Lot No:2
II.2.2)Additional CPV code(s)
Main CPV code: 18830000
II.2.3) Place of performance
Nuts code: Main site or place of performance:
For more information on our affiliates, please follow this link:
For more information on the Govia Thameslink Railway network, please follow this link:
II.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.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 1380000 Currency: GBP
II.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.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:yes
II.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.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.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 ().
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.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Negotiated procedure with prior call for competition
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:2022-12-19 Local time:17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: EN
Section VI: Complementary information
VI.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.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:For more information on the Customers respective sustainability priorities, please follow the links below:
Go-Ahead Group Limited – ; and
Govia Thameslink Railway Limited – ~:text=Govia Thameslink Railway Ltd divert 99% of all,partner to identify our options and implement them.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Go-Ahead Group Limited
Town: Newcastle upon Tyne
Country: United Kingdom
E-mail: Ross.Moseley@Go-Ahead.com
VI.5) Date of dispatch of this notice:
2022-11-18
More Opportunties
- United Kingdom-Hull: Educational Furniture
10 Jul 25
To provide furniture to Hull College> > - United Kingdom-Hull: Educational Furniture
10 Jul 25
Provide educational furniture to Hull College> > - United Kingdom-Cardiff: PHW-FTS-59650 Supply of Return Envelopes for Bowel Screening Wales FIT Tests
10 Jul 25
Public Health Wales are exploring the market to scope requirement and review indicative pricing for return envelopes for use within Bowel Screening Wales. They are progressing an expression of interest exercise and through this notice Public Health Wales> >