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 |
View Full Notice
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
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