Transpennine Trains Limited: Uniforms for TransPennine Trains Ltd

  Transpennine Trains Limited is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Uniforms for TransPennine Trains Ltd
Notice type: Contract Notice - Utilities
Authority: Transpennine Trains Limited
Nature of contract: Supplies
Procedure: Negotiated with competition
Short Description: There will be four lots to this procurement -Lot 1 – New Corporate Uniforms to include Design, Manufacture for a Managed Service -Lot 2 –Train Crew Kit & Equipment -Lot 3 – Safety Footwear -Lot 4 - PPE . The provision of all Uniforms for TransPennine Trains Limited. Interested parties are requested to both complete the SQ linked with this Contract Notice and read the uploaded Memorandum of Information provided with the SQ. Shortlisted bidders will be sent an Invitation to Negotiate when further information will be provided.
Published: 02/07/2024 15:29
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Manchester: Corporate clothing.
Section I: Contracting Authority
      I.1) Name and addresses
             Transpennine Trains Limited
             Bridgewater House, 58-60 Whitworth Street, Manchester, M1 6LT, United Kingdom
             Tel. +44 3300954077, Email: cheri.falkner@tpexpress.co.uk
             Contact: Cheri Falkner
             Main Address: https://www.tpexpress.co.uk, Address of the buyer profile: https://www.tpexpress.co.uk
             NUTS Code: UKD33
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Corporate-clothing./27AH7DCU2G
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://www.delta-esourcing.com

      I.6) Main activity:
            Railway services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Uniforms for TransPennine Trains Ltd       
      Reference Number: TPT160_New Uniforms Project
      II.1.2) Main CPV Code:
      18222000 - Corporate clothing.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: There will be four lots to this procurement -Lot 1 – New Corporate Uniforms to include Design, Manufacture for a Managed Service -Lot 2 –Train Crew Kit & Equipment -Lot 3 – Safety Footwear -Lot 4 - PPE . The provision of all Uniforms for TransPennine Trains Limited. Interested parties are requested to both complete the SQ linked with this Contract Notice and read the uploaded Memorandum of Information provided with the SQ. Shortlisted bidders will be sent an Invitation to Negotiate when further information will be provided.       
      II.1.5) Estimated total value:
      Value excluding VAT: 4,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: 4
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
   
II.2) Description Lot No. 1
      
      II.2.1) Title: New Corporate Uniforms to include Design, Manufacture for a Managed Service       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      18222000 - Corporate clothing.
      
      II.2.3) Place of performance:
      UKD33 Manchester
      
      II.2.4) Description of procurement: Managed Service for a New Refresh of Corporate Wear to include Manufacturing. • Stockholding/call off service • Range re-design • Spend management • Range review wearer • Trial management • Garment alteration/refurbishment •Uniform Recycling •Account Management •Customer Service Help Desk •Online Ordering System. This will be based over 4 Lots. For more information please refer to the attached Memorandum of Information.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 2,400,000       
      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: Contract may be extended for further periods of up to a total of three years.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 4
             
      Objective criteria for choosing the limited number of cadidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
   
   
II.2) Description Lot No. 2
      
      II.2.1) Title: Train Crew Kit & Equipment       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      18222000 - Corporate clothing.
      
      II.2.3) Place of performance:
      UKD33 Manchester
      
      II.2.4) Description of procurement: Train Crew kit Bags and Equipment to include, Torches, Sunglasses (rail standard), Ticket Machine slings, T Keys, T Key Holders, BR1 Keys, Drivers Keys, Rail Industry standard red and green flags, Whistles, Spit Kits, TOC watch, Industry Torches, Dispatch batons.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 105,000       
      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: Contract may be extended for further periods of up to a total of three years.
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of cadidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
   
   
II.2) Description Lot No. 3
      
      II.2.1) Title: Safety Footwear       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      18800000 - Footwear.
      
      II.2.3) Place of performance:
      UKD33 Manchester
      
      II.2.4) Description of procurement: This lot covers all items of footwear for male and female specific including (but not limited to): • Safety shoes to EN ISO 20345:2011 or updated standard as stipulated by TPE • Safety boots – black leather uppers, rubber soled• non-leather alternative options
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 150,000       
      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: Contract may be extended for further periods of up to a total of three years.
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of cadidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
   
   
II.2) Description Lot No. 4
      
      II.2.1) Title: PPE       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      18130000 - Special workwear.
      
      II.2.3) Place of performance:
      UKD33 Manchester
      
      II.2.4) Description of procurement: This lot covers all items of PPE (excluding footwear) including (but not limited to): •Branded High viz clothing, Hard hats, hazard tape, coveralls, disposable gloves, ear defenders
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 60,000       
      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: Contract may be extended for further periods of up to a total of three years.
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of cadidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
   


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:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.4) Objective rules and criteria for participation
            Not Provided      
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      III.1.6) Deposits and guarantees required:
       Not Provided   
      III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
       Not Provided   
      III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
       Not Provided      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
   
Section IV: Procedure
   IV.1) Description NEGOTIATED_WITH_COMPETITION
      IV.1.1) Type of procedure: Competitive procedure with negotiation   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO              
         In the case of framework agreements justification for any duration exceeding 8 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 20/08/2024 Time: 14:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 36
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Corporate-clothing./27AH7DCU2G

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/27AH7DCU2G
   VI.4) Procedures for review
   VI.4.1) Review body:
             TransPennine Trains Limited
       Bridgewater House, 58-60 Whitworth Street, Manchester, M1 6LT, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 02/07/2024

Annex A


View any Notice Addenda

UK-Manchester: Corporate clothing.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Transpennine Trains Limited
       Bridgewater House, 58-60 Whitworth Street, Manchester, M1 6LT, United Kingdom
       Tel. +44 3300954077, Email: cheri.falkner@tpexpress.co.uk
       Contact: Cheri Falkner
       Main Address: https://www.tpexpress.co.uk, Address of the buyer profile: https://www.tpexpress.co.uk
       NUTS Code: UKD33

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Uniforms for TransPennine Trains Ltd      Reference number: TPT160_New Uniforms Project      
   II.1.2) Main CPV code:
      18222000 - Corporate clothing.
   
   II.1.3) Type of contract: SUPPLIES   
   II.1.4) Short Description: There will be four lots to this procurement -Lot 1 – New Corporate Uniforms to include Design, Manufacture for a Managed Service -Lot 2 –Train Crew Kit & Equipment -Lot 3 – Safety Footwear -Lot 4 - PPE . The provision of all Uniforms for TransPennine Trains Limited. Interested parties are requested to both complete the SQ linked with this Contract Notice and read the uploaded Memorandum of Information provided with the SQ. Shortlisted bidders will be sent an Invitation to Negotiate when further information will be provided.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 01/10/2024

VI.6) Original notice reference:

   Notice Reference:    2024 - 684166   
   Notice number in OJ S:    2024/S 001 - 000000
   Date of dispatch of the original notice: 02/07/2024

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: II.1.4)          
         Lot No: Not provided          
         Place of text to be modified: II.1.4) Short description:          
         Instead of: II.1.4) Short description: There will be four lots to this procurement -Lot 1 – New Corporate Uniforms to include Design, Manufacture for a Managed Service -Lot 2 –Train Crew Kit & Equipment -Lot 3 – Safety Footwear -Lot 4 - PPE . The provision of all Uniforms for TransPennine Trains Limited. Interested parties are requested to both complete the SQ linked with this Contract Notice and read the uploaded Memorandum of Information provided with the SQ. Shortlisted bidders will be sent an Invitation to Negotiate when further information will be provided. II.1.5) Estimated total value: Value excluding VAT: 4,000,000 Currency: GBP II.1.6) Information about lots: This contract is divided into lots: Yes Tenders may be submitted for: All lots Maximum number of lots that may be awarded to one tenderer: 4          
         Read: II.1.4) Short description: There will be one lot to this procurement -Lot 1 – New Corporate Uniforms to include Design, Manufacture for a Managed Service. The provision of all Uniforms for TransPennine Trains Limited. Interested parties are requested to both complete the SQ linked with this Contract Notice and read the uploaded Memorandum of Information provided with the SQ. Shortlisted bidders will be sent an Invitation to Negotiate when further information will be provided. II.1.5) Estimated total value: Value excluding VAT: 2,400,000 Currency: GBP II.1.6) Information about lots: This contract is divided into lots: No Tenders may be submitted for: Lot 1 Maximum number of lots that may be awarded to one tenderer: 1
                                    
      
      VII.1.2) Text to be corrected in original notice No: 2
                  
         Section Number: II.2.4)          
         Lot No: Not provided          
         Place of text to be modified: II.2.4)          
         Instead of: II.2.4) Description of procurement: Managed Service for a New Refresh of Corporate Wear to include Manufacturing. • Stockholding/call off service • Range re-design • Spend management • Range review wearer • Trial management • Garment alteration/refurbishment •Uniform Recycling •Account Management •Customer Service Help Desk •Online Ordering System. This will be based over 4 Lots. For more information please refer to the attached Memorandum of Information          
         Read: II.2.4) Description of procurement: Managed Service for a New Refresh of Corporate Wear to include Manufacturing. • Stockholding/call off service • Range re-design • Spend management • Range review wearer • Trial management • Garment alteration/refurbishment •Uniform Recycling •Account Management •Customer Service Help Desk •Online Ordering System. For more information, please refer to the attached Memorandum of Information.
                                    
      
      VII.1.2) Text to be corrected in original notice No: 3
                  
         Section Number: II.2)          
         Lot No: 2          
         Place of text to be modified: II.2) Description Lot No. 2          
         Instead of: II.2) Description Lot No. 2 II.2.1) Title: Train Crew Kit & Equipment Lot No: 2 II.2.2) Additional CPV codes: 18222000 - Corporate clothing. II.2.3) Place of performance: UKD33 Manchester II.2.4) Description of procurement: Train Crew kit Bags and Equipment to include, Torches, Sunglasses (rail standard), Ticket Machine slings, T Keys, T Key Holders, BR1 Keys, Drivers Keys, Rail Industry standard red and green flags, Whistles, Spit Kits, TOC watch, Industry Torches, Dispatch batons. II.2.5) Award criteria: Price is not the only award criterion and all criteria are stated only in the procurement documents II.2.6) Estimated value: Value excluding VAT: 105,000 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: Contract may be extended for further periods of up to a total of three years. II.2.9) Information about the limits on the number of candidates to be invited: Not provided Objective criteria for choosing the limited number of cadidates: Not provided II.2.10) Information about variants: Variants will be accepted: No II.2.11) Information about options: Options: No Description of options: Not provided II.2.12) Information about electronic catalogues: Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No II.2.13) Information about European Union funds: The procurement is related to a project and/or programme financed by European Union funds: No Identification of the project: Not provided II.2.14) Additional information: Not provided          
         Read: Lot No: II.2) Description Lot No.2 Remove all text to all clauses as this Lot 2 is Not Used
                                    
      
      VII.1.2) Text to be corrected in original notice No: 4
                  
         Section Number: II.2.1)          
         Lot No: 3          
         Place of text to be modified: II.2.1) Title: Safety Footwear Lot No: 3          
         Instead of: II.2.1) Title: Safety Footwear Lot No: 3 II.2.2) Additional CPV codes: 18800000 - Footwear. II.2.3) Place of performance: UKD33 Manchester II.2.4) Description of procurement: This lot covers all items of footwear for male and female specific including (but not limited to): • Safety shoes to EN ISO 20345:2011 or updated standard as stipulated by TPE • Safety boots – black leather uppers, rubber soled• non-leather alternative options II.2.5) Award criteria: Price is not the only award criterion and all criteria are stated only in the procurement documents II.2.6) Estimated value: Value excluding VAT: 150,000 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: Contract may be extended for further periods of up to a total of three years. II.2.9) Information about the limits on the number of candidates to be invited: Not provided Objective criteria for choosing the limited number of cadidates: Not provided II.2.10) Information about variants: Variants will be accepted: No II.2.11) Information about options: Options: No Description of options: Not provided II.2.12) Information about electronic catalogues: Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No II.2.13) Information about European Union funds: The procurement is related to a project and/or programme financed by European Union funds: No Identification of the project: Not provided II.2.14) Additional information: Not provided          
         Read: II.2.1) Title: Safety Footwear Lot No: 3 Remove all text to all clauses as this Lot 3 is Not Used
                                    
      
      VII.1.2) Text to be corrected in original notice No: 5
                  
         Section Number: II.2)          
         Lot No: 4          
         Place of text to be modified: II.2) Description Lot No. 4          
         Instead of: II.2) Description Lot No. 4 II.2.1) Title: PPE Lot No: 4 II.2.2) Additional CPV codes: 18130000 - Special workwear. II.2.3) Place of performance: UKD33 Manchester II.2.4) Description of procurement: This lot covers all items of PPE (excluding footwear) including (but not limited to): •Branded High viz clothing, Hard hats, hazard tape, coveralls, disposable gloves, ear defenders II.2.5) Award criteria: Price is not the only award criterion and all criteria are stated only in the procurement documents II.2.6) Estimated value: Value excluding VAT: 60,000 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: Contract may be extended for further periods of up to a total of three years. II.2.9) Information about the limits on the number of candidates to be invited: Not provided Objective criteria for choosing the limited number of cadidates: Not provided II.2.10) Information about variants: Variants will be accepted: No II.2.11) Information about options: Options: No Description of options: Not provided II.2.12) Information about electronic catalogues: Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No II.2.13) Information about European Union funds: The procurement is related to a project and/or programme financed by European Union funds: No Identification of the project: Not provided II.2.14) Additional information: Not provided          
         Read: II.2) Description Lot No.4 Remove all text to all clauses as this Lot 4 is Not Used
                                    
   
VII.2) Other additional information: Lot 1 will be the only Lot that will be tendered for other Lots 2.3,4 are to be removed as Not Used.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Corporate-clothing./27AH7DCU2G

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/27AH7DCU2G


View Award Notice