Notice Information
Notice Title
Personal Protective Equipment and Respiratory Protective Equipment 2026
Notice Description
LOT 1 - PPE (PERSONAL PROTECTIVE EQUIPMENT), WORKWEAR, VENDING MACHINES and ACCESSORIES Est Annual Spend PS1.7m PPE * All PPE must be UKCA/CE marked and meet all relevant EN standards. * Suitable for harsh water utility environments (wet, corrosive, confined spaces). * Inclusive size ranges for all genders, maternity, and culturally appropriate requirements. * Compatibility when used together (e.g., hard hats, visors, ear defenders). Applicable standards (not exhaustive): * EN 340 (General) * EN 397 / EN 812 / EN 50365 (Head protection). * EN 166, EN 170/171, EN 169 (Eye protection) * EN 352 (Hearing protection) * EN 388 / EN 374 (Hand protection) * EN ISO 20345 (Footwear) S3 minimum, with antistatic/ESD options for ATEX environments. * Hi-vis, chemical suits, prescription eyewear as applicable. * Touchscreen compatible hand protection where safe. * UV/polarised/tinted eye protection options * Samples and trials to be provided on request. * Lightweight footwear options where specified. * Safety trainers to be an available option in footwear * Women's and unisex sizing must account for women's anatomical fit and last. * Foot fitting services must be available for all safety boot requirements * Technical/safety data sheets must be easily accessible for all footwear items. * Full provision, including prescription eyewear. * Prescription safety eyewear to be managed via the suppliers chosen Opticians workflow * Full range hearing protection including earmuffs and ear plugs. * Full range of hand protection including thermal, cut resistant, waterproof, chemical resistant, and electricians' gloves. * Full range from bump caps to hard hats and thermal hats in head protection range. * STW/HDSD logo application required on specified items. * Include (not limited to) gas suits, chemical coveralls/boilersuits, storage solutions, knee protection, ICE products, and nonslip ice grabbers. * All items must be standards compliant, new, and defect free. * Hi-Vis branding placement: left breast position (LBP) and "Water" back print for jackets. Dual language options must be available for HD * Where brand specific garments are mandated, supply those; where proposing alternatives, match on fit/size. * For workwear Navy garments and formal shirts (white, navy, pale blue) for men and women. * Durable, chemical and moisture resistant; must maintain branding integrity. * EN 343 waterproof/breathable performance for relevant garments. * Flame-retardant garments to EN ISO 11612 * Sustainable material options encouraged Nonbranded items: supply within agreed lead times; offer an alternative if unavailable. Branded items: supply within agreed lead times; maintain safety stock contingency to avoid stock risks in accordance with operational guidelines. Arc Flash and Flame-Resistant Clothing * Must comply with IEC 614822 and EN ISO 11612 * Clear arc rating labelling; minimum 50 launder cycles without degrading performance. * Full head-to-toe range required (summer and winter options) * Unlimited wash cycle garments desirable. * Gender and bespoke fit available to all employees. Vending Machine Requirements There are currently 6 active vending machines across the business (subject to change based on use, business needs, and demand). The requirement may increase or decrease during the contract term. Machines may be requested in any of the regions listed in Appendix A. The supplier is solely responsible for implementation, supply, servicing, and maintenance. Current Machine locations are; Wrexham, Leicester, Hucknall Road, Burslem, Edgbaston & Staverton. Service Model * Free of Charge setup/installation; weekly/monthly replenishment; retrospective consolidated monthly invoicing (goods charged on usage); supplier responsible for service, upkeep, and replacement. * 24/7 availability where appropriate; remote monitoring; automated stock control; usage reporting. Stock Management and Performance * Minimum stock thresholds with zero stockouts; preventive maintenance every 6 months or as/when required; reactive maintenance within 24 hours. Integration and Tracking * Integration with STW asset systems; automated replenishment triggers; user specific tracking via existing employee ID cards. Hardware * Machine types may include carousel or locker; power/connectivity suitable for remote sites. LOT 2 - RPE (RESPIRATORY PROTECTIVE EQUIPMENT) Est Annual Spend PS400k Technical RPE Specifications * FFP3 masks (valved and non-valved). * Positive Pressure SCBA for confined space entry. * Applicable Standards: * EN 149 - Disposable RPE * EN 140 - Half masks * EN 136 - Full face masks * EN 137 / EN 1146 - SCBA * EN 143 / EN 14387 - Filters * EN 12941 / EN 12942 - Powered RPE Power Unit Spec * Belt mounted (EN 12941 TH3) * AFP40 * 180-240 Litres per minute of air flow * 5 Different air speed settings * 8 Hour battery * IP 54 * Visual, Audible and Vibration Full Filter Alarm * Visual, Audible and Vibration Missing Filter Alarm * EN 12941 TH3 Headtop Unit Spec * Certified to use with Hard hat * Certified to use with Ear Defenders * EN 12941 TH3 * AFP40 * EN 166 1 BT 3 4 5 9 KN * K - Anti-scratch * N - Anti-mist RPE Supplier Responsibilities * Face fit testing (Fit2Fit accredited) for all RPE users with full, auditable records. * Maintenance scheduling and statutory servicing of BA sets in line with COSHH. * Training on use, care, and storage of RPE. Specialist Support Requirements Provision of solutions for all requirements where RPE is required, and including support for, but not limited to: * Confined spaces * Cutting asbestos * Working on sewage pipes, manholes and tunnels
Lot Information
PPE (Personal Protective Equipment), Workwear, Vending Machines and Accessories
PPE * All PPE must be UKCA/CE marked and meet all relevant EN standards. * Suitable for harsh water utility environments (wet, corrosive, confined spaces). * Inclusive size ranges for all genders, maternity, and culturally appropriate requirements. * Compatibility when used together (e.g., hard hats, visors, ear defenders). Applicable standards (not exhaustive): * EN 340 (General) * EN 397 / EN 812 / EN 50365 (Head protection). * EN 166, EN 170/171, EN 169 (Eye protection) * EN 352 (Hearing protection) * EN 388 / EN 374 (Hand protection) * EN ISO 20345 (Footwear) S3 minimum, with antistatic/ESD options for ATEX environments. * Hi-vis, chemical suits, prescription eyewear as applicable. * Touchscreen compatible hand protection where safe. * UV/polarised/tinted eye protection options * Samples and trials to be provided on request. * Lightweight footwear options where specified. * Safety trainers to be an available option in footwear * Women's and unisex sizing must account for women's anatomical fit and last. * Foot fitting services must be available for all safety boot requirements * Technical/safety data sheets must be easily accessible for all footwear items. * Full provision, including prescription eyewear. * Prescription safety eyewear to be managed via the suppliers chosen Opticians workflow * Full range hearing protection including earmuffs and ear plugs. * Full range of hand protection including thermal, cut resistant, waterproof, chemical resistant, and electricians' gloves. * Full range from bump caps to hard hats and thermal hats in head protection range. * STW/HDSD logo application required on specified items. * Include (not limited to) gas suits, chemical coveralls/boilersuits, storage solutions, knee protection, ICE products, and nonslip ice grabbers. * All items must be standards compliant, new, and defect free. * Hi-Vis branding placement: left breast position (LBP) and "Water" back print for jackets. Dual language options must be available for HD * Where brand specific garments are mandated, supply those; where proposing alternatives, match on fit/size. * For workwear Navy garments and formal shirts (white, navy, pale blue) for men and women. * Durable, chemical and moisture resistant; must maintain branding integrity. * EN 343 waterproof/breathable performance for relevant garments. * Flame-retardant garments to EN ISO 11612 * Sustainable material options encouraged Nonbranded items: supply within agreed lead times; offer an alternative if unavailable. Branded items: supply within agreed lead times; maintain safety stock contingency to avoid stock risks in accordance with operational guidelines. Arc Flash and Flame-Resistant Clothing * Must comply with IEC 614822 and EN ISO 11612 * Clear arc rating labelling; minimum 50 launder cycles without degrading performance. * Full head-to-toe range required (summer and winter options) * Unlimited wash cycle garments desirable. * Gender and bespoke fit available to all employees. Vending Machine Requirements There are currently 6 active vending machines across the business (subject to change based on use, business needs, and demand). The requirement may increase or decrease during the contract term. Machines may be requested in any of the regions listed in Appendix A. The supplier is solely responsible for implementation, supply, servicing, and maintenance. Current Machine locations are; Wrexham, Leicester, Hucknall Road, Burslem, Edgbaston & Staverton. Service Model * Free of Charge setup/installation; weekly/monthly replenishment; retrospective consolidated monthly invoicing (goods charged on usage); supplier responsible for service, upkeep, and replacement. * 24/7 availability where appropriate; remote monitoring; automated stock control; usage reporting. Stock Management and Performance * Minimum stock thresholds with zero stockouts; preventive maintenance every 6 months or as/when required; reactive maintenance within 24 hours. Integration and Tracking * Integration with STW asset systems; automated replenishment triggers; user specific tracking via existing employee ID cards. Hardware * Machine types may include carousel or locker; power/connectivity suitable for remote sites.
Options: Could be potential for new product requirements and innovation in both lots
Renewal: 5 Years - with the option to extend for a further 5 years, via annual increments - subject to contract conditions
RPE (Respiratory Protective Equipment)Technical RPE Specifications * FFP3 masks (valved and non-valved). * Positive Pressure SCBA for confined space entry. * Applicable Standards: * EN 149 - Disposable RPE * EN 140 - Half masks * EN 136 - Full face masks * EN 137 / EN 1146 - SCBA * EN 143 / EN 14387 - Filters * EN 12941 / EN 12942 - Powered RPE Power Unit Spec * Belt mounted (EN 12941 TH3) * AFP40 * 180-240 Litres per minute of air flow * 5 Different air speed settings * 8 Hour battery * IP 54 * Visual, Audible and Vibration Full Filter Alarm * Visual, Audible and Vibration Missing Filter Alarm * EN 12941 TH3 Headtop Unit Spec * Certified to use with Hard hat * Certified to use with Ear Defenders * EN 12941 TH3 * AFP40 * EN 166 1 BT 3 4 5 9 KN * K - Anti-scratch * N - Anti-mist RPE Supplier Responsibilities * Face fit testing (Fit2Fit accredited) for all RPE users with full, auditable records. * Maintenance scheduling and statutory servicing of BA sets in line with COSHH. * Training on use, care, and storage of RPE. Specialist Support Requirements Provision of solutions for all requirements where RPE is required, and including support for, but not limited to: * Confined spaces * Cutting asbestos * Working on sewage pipes, manholes and tunnels Inclusive but not exhaustive of: RPE supply, fit testing and required maintenance.
Options: Could be potential for new product requirements and innovation in both lots
Renewal: 5 Years - with the option to extend for a further 5 years, via annual increments - subject to contract conditions
Planning Information
https://forms.office.com/Pages/ResponsePage.aspx?id=mR5c4eN7XEmXjuynuOqfMTIBwf1X6qFGimI1BVA6bhlUQ1VPTVZCVDlENkJQNkY3QlYxTUlGMk0wSy4u
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05d001
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/025612-2026
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
18 - Clothing, footwear, luggage articles and accessories
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
-
- CPV Codes
18100000 - Occupational clothing, special workwear and accessories
18200000 - Outerwear
18310000 - Underwear
18330000 - T-shirts and shirts
18440000 - Hats and headgear
18810000 - Footwear other than sports and protective footwear
18830000 - Protective footwear
44611200 - Breathing apparatus
Notice Value(s)
- Tender Value
- £2,100,000 £1M-£10M
- Lots Value
- £2,100,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 Mar 20261 months ago
- Submission Deadline
- 20 Apr 2026Expired
- Future Notice Date
- 7 Nov 2025Expired
- Award Date
- Not specified
- Contract Period
- 1 Dec 2026 - 1 Dec 2031 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SEVERN TRENT WATER LIMITED
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- COVENTRY
- Postcode
- CV1 2LZ
- Post Town
- Coventry
- Country
- England
-
- Major Region (ITL 1)
- TLG West Midlands (England)
- Basic Region (ITL 2)
- TLG3 West Midlands
- Small Region (ITL 3)
- TLG33 Coventry
- Delivery Location
- Not specified
-
- Local Authority
- Coventry
- Electoral Ward
- St Michael's
- Westminster Constituency
- Coventry South
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/025612-2026
20th March 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/066801-2025
20th October 2025 - Preliminary market engagement notice on Find a Tender
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-05d001-2026-03-20T10:32:47Z",
"date": "2026-03-20T10:32:47Z",
"ocid": "ocds-h6vhtk-05d001",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-02366686",
"name": "SEVERN TRENT WATER LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "02366686"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PQQN-5222-QDXR"
}
],
"address": {
"streetAddress": "Severn Trent Centre",
"locality": "Coventry",
"postalCode": "CV1 2LZ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG33"
},
"contactPoint": {
"email": "kimberley.jessop@severntrent.co.uk",
"name": "Kimberley Jessop"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "privateUtility",
"scheme": "UK_CA_TYPE",
"description": "Private utility"
}
],
"url": "http://www.severntrent.com"
}
}
],
"buyer": {
"id": "GB-COH-02366686",
"name": "SEVERN TRENT WATER LIMITED"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "https://forms.office.com/Pages/ResponsePage.aspx?id=mR5c4eN7XEmXjuynuOqfMTIBwf1X6qFGimI1BVA6bhlUQ1VPTVZCVDlENkJQNkY3QlYxTUlGMk0wSy4u",
"dueDate": "2025-11-06T23:59:59Z",
"status": "scheduled"
}
],
"documents": [
{
"id": "066801-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/066801-2025",
"datePublished": "2025-10-20T15:42:10+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "ocds-h6vhtk-05d001",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Personal Protective Equipment and Respiratory Protective Equipment 2026",
"description": "LOT 1 - PPE (PERSONAL PROTECTIVE EQUIPMENT), WORKWEAR, VENDING MACHINES and ACCESSORIES Est Annual Spend PS1.7m PPE * All PPE must be UKCA/CE marked and meet all relevant EN standards. * Suitable for harsh water utility environments (wet, corrosive, confined spaces). * Inclusive size ranges for all genders, maternity, and culturally appropriate requirements. * Compatibility when used together (e.g., hard hats, visors, ear defenders). Applicable standards (not exhaustive): * EN 340 (General) * EN 397 / EN 812 / EN 50365 (Head protection). * EN 166, EN 170/171, EN 169 (Eye protection) * EN 352 (Hearing protection) * EN 388 / EN 374 (Hand protection) * EN ISO 20345 (Footwear) S3 minimum, with antistatic/ESD options for ATEX environments. * Hi-vis, chemical suits, prescription eyewear as applicable. * Touchscreen compatible hand protection where safe. * UV/polarised/tinted eye protection options * Samples and trials to be provided on request. * Lightweight footwear options where specified. * Safety trainers to be an available option in footwear * Women's and unisex sizing must account for women's anatomical fit and last. * Foot fitting services must be available for all safety boot requirements * Technical/safety data sheets must be easily accessible for all footwear items. * Full provision, including prescription eyewear. * Prescription safety eyewear to be managed via the suppliers chosen Opticians workflow * Full range hearing protection including earmuffs and ear plugs. * Full range of hand protection including thermal, cut resistant, waterproof, chemical resistant, and electricians' gloves. * Full range from bump caps to hard hats and thermal hats in head protection range. * STW/HDSD logo application required on specified items. * Include (not limited to) gas suits, chemical coveralls/boilersuits, storage solutions, knee protection, ICE products, and nonslip ice grabbers. * All items must be standards compliant, new, and defect free. * Hi-Vis branding placement: left breast position (LBP) and \"Water\" back print for jackets. Dual language options must be available for HD * Where brand specific garments are mandated, supply those; where proposing alternatives, match on fit/size. * For workwear Navy garments and formal shirts (white, navy, pale blue) for men and women. * Durable, chemical and moisture resistant; must maintain branding integrity. * EN 343 waterproof/breathable performance for relevant garments. * Flame-retardant garments to EN ISO 11612 * Sustainable material options encouraged Nonbranded items: supply within agreed lead times; offer an alternative if unavailable. Branded items: supply within agreed lead times; maintain safety stock contingency to avoid stock risks in accordance with operational guidelines. Arc Flash and Flame-Resistant Clothing * Must comply with IEC 614822 and EN ISO 11612 * Clear arc rating labelling; minimum 50 launder cycles without degrading performance. * Full head-to-toe range required (summer and winter options) * Unlimited wash cycle garments desirable. * Gender and bespoke fit available to all employees. Vending Machine Requirements There are currently 6 active vending machines across the business (subject to change based on use, business needs, and demand). The requirement may increase or decrease during the contract term. Machines may be requested in any of the regions listed in Appendix A. The supplier is solely responsible for implementation, supply, servicing, and maintenance. Current Machine locations are; Wrexham, Leicester, Hucknall Road, Burslem, Edgbaston & Staverton. Service Model * Free of Charge setup/installation; weekly/monthly replenishment; retrospective consolidated monthly invoicing (goods charged on usage); supplier responsible for service, upkeep, and replacement. * 24/7 availability where appropriate; remote monitoring; automated stock control; usage reporting. Stock Management and Performance * Minimum stock thresholds with zero stockouts; preventive maintenance every 6 months or as/when required; reactive maintenance within 24 hours. Integration and Tracking * Integration with STW asset systems; automated replenishment triggers; user specific tracking via existing employee ID cards. Hardware * Machine types may include carousel or locker; power/connectivity suitable for remote sites. LOT 2 - RPE (RESPIRATORY PROTECTIVE EQUIPMENT) Est Annual Spend PS400k Technical RPE Specifications * FFP3 masks (valved and non-valved). * Positive Pressure SCBA for confined space entry. * Applicable Standards: * EN 149 - Disposable RPE * EN 140 - Half masks * EN 136 - Full face masks * EN 137 / EN 1146 - SCBA * EN 143 / EN 14387 - Filters * EN 12941 / EN 12942 - Powered RPE Power Unit Spec * Belt mounted (EN 12941 TH3) * AFP40 * 180-240 Litres per minute of air flow * 5 Different air speed settings * 8 Hour battery * IP 54 * Visual, Audible and Vibration Full Filter Alarm * Visual, Audible and Vibration Missing Filter Alarm * EN 12941 TH3 Headtop Unit Spec * Certified to use with Hard hat * Certified to use with Ear Defenders * EN 12941 TH3 * AFP40 * EN 166 1 BT 3 4 5 9 KN * K - Anti-scratch * N - Anti-mist RPE Supplier Responsibilities * Face fit testing (Fit2Fit accredited) for all RPE users with full, auditable records. * Maintenance scheduling and statutory servicing of BA sets in line with COSHH. * Training on use, care, and storage of RPE. Specialist Support Requirements Provision of solutions for all requirements where RPE is required, and including support for, but not limited to: * Confined spaces * Cutting asbestos * Working on sewage pipes, manholes and tunnels",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "18100000",
"description": "Occupational clothing, special workwear and accessories"
},
{
"scheme": "CPV",
"id": "18200000",
"description": "Outerwear"
},
{
"scheme": "CPV",
"id": "18310000",
"description": "Underwear"
},
{
"scheme": "CPV",
"id": "18330000",
"description": "T-shirts and shirts"
},
{
"scheme": "CPV",
"id": "18440000",
"description": "Hats and headgear"
},
{
"scheme": "CPV",
"id": "18810000",
"description": "Footwear other than sports and protective footwear"
},
{
"scheme": "CPV",
"id": "18830000",
"description": "Protective footwear"
},
{
"scheme": "CPV",
"id": "44611200",
"description": "Breathing apparatus"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "18100000",
"description": "Occupational clothing, special workwear and accessories"
},
{
"scheme": "CPV",
"id": "18200000",
"description": "Outerwear"
},
{
"scheme": "CPV",
"id": "18310000",
"description": "Underwear"
},
{
"scheme": "CPV",
"id": "18330000",
"description": "T-shirts and shirts"
},
{
"scheme": "CPV",
"id": "18440000",
"description": "Hats and headgear"
},
{
"scheme": "CPV",
"id": "18810000",
"description": "Footwear other than sports and protective footwear"
},
{
"scheme": "CPV",
"id": "18830000",
"description": "Protective footwear"
},
{
"scheme": "CPV",
"id": "44611200",
"description": "Breathing apparatus"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
}
],
"mainProcurementCategory": "goods",
"specialRegime": [
"utilities"
],
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"method": "withReopeningCompetition",
"type": "closed",
"description": "The full tender scope and specification including the Procurement Briefing Pack will contain all tender information. Suppliers will complete a Price List in accordance for the requirement on the bidding system Scope of Services Deliveries for all items above will be applicable across all sites within the regions listed in Appendix A - suppliers will be expected to cover all regions for deliveries and be able to do so geographically, within the agreed lead times. Full range of appropriate items and products must be available for all genders and occupational health requirements. A made-to-measure, bespoke fitting service must be available for all staff members across all ranges of PPE Workwear. Applicable to Severn Trent Water (STW) and Hafren Dyfrdwy (HD) across two lots: * Lot 1 - PPE (Personal Protective Equipment), Workwear, Vending Machines and Accessories. Inclusive but not exhaustive of; PPE supply and management, workwear and uniform, including accessories; PPE vending machine supply, stocking, servicing and reporting * Lot 2 - RPE (Respiratory Protective Equipment). Inclusive but not exhaustive of: RPE supply, fit testing and required maintenance."
},
"hasElectronicAuction": true
},
"lots": [
{
"id": "1",
"contractPeriod": {
"startDate": "2026-12-01T00:00:00Z",
"endDate": "2031-12-01T23:59:59Z",
"maxExtentDate": "2036-12-01T23:59:59Z"
},
"status": "active",
"title": "PPE (Personal Protective Equipment), Workwear, Vending Machines and Accessories",
"description": "PPE * All PPE must be UKCA/CE marked and meet all relevant EN standards. * Suitable for harsh water utility environments (wet, corrosive, confined spaces). * Inclusive size ranges for all genders, maternity, and culturally appropriate requirements. * Compatibility when used together (e.g., hard hats, visors, ear defenders). Applicable standards (not exhaustive): * EN 340 (General) * EN 397 / EN 812 / EN 50365 (Head protection). * EN 166, EN 170/171, EN 169 (Eye protection) * EN 352 (Hearing protection) * EN 388 / EN 374 (Hand protection) * EN ISO 20345 (Footwear) S3 minimum, with antistatic/ESD options for ATEX environments. * Hi-vis, chemical suits, prescription eyewear as applicable. * Touchscreen compatible hand protection where safe. * UV/polarised/tinted eye protection options * Samples and trials to be provided on request. * Lightweight footwear options where specified. * Safety trainers to be an available option in footwear * Women's and unisex sizing must account for women's anatomical fit and last. * Foot fitting services must be available for all safety boot requirements * Technical/safety data sheets must be easily accessible for all footwear items. * Full provision, including prescription eyewear. * Prescription safety eyewear to be managed via the suppliers chosen Opticians workflow * Full range hearing protection including earmuffs and ear plugs. * Full range of hand protection including thermal, cut resistant, waterproof, chemical resistant, and electricians' gloves. * Full range from bump caps to hard hats and thermal hats in head protection range. * STW/HDSD logo application required on specified items. * Include (not limited to) gas suits, chemical coveralls/boilersuits, storage solutions, knee protection, ICE products, and nonslip ice grabbers. * All items must be standards compliant, new, and defect free. * Hi-Vis branding placement: left breast position (LBP) and \"Water\" back print for jackets. Dual language options must be available for HD * Where brand specific garments are mandated, supply those; where proposing alternatives, match on fit/size. * For workwear Navy garments and formal shirts (white, navy, pale blue) for men and women. * Durable, chemical and moisture resistant; must maintain branding integrity. * EN 343 waterproof/breathable performance for relevant garments. * Flame-retardant garments to EN ISO 11612 * Sustainable material options encouraged Nonbranded items: supply within agreed lead times; offer an alternative if unavailable. Branded items: supply within agreed lead times; maintain safety stock contingency to avoid stock risks in accordance with operational guidelines. Arc Flash and Flame-Resistant Clothing * Must comply with IEC 614822 and EN ISO 11612 * Clear arc rating labelling; minimum 50 launder cycles without degrading performance. * Full head-to-toe range required (summer and winter options) * Unlimited wash cycle garments desirable. * Gender and bespoke fit available to all employees. Vending Machine Requirements There are currently 6 active vending machines across the business (subject to change based on use, business needs, and demand). The requirement may increase or decrease during the contract term. Machines may be requested in any of the regions listed in Appendix A. The supplier is solely responsible for implementation, supply, servicing, and maintenance. Current Machine locations are; Wrexham, Leicester, Hucknall Road, Burslem, Edgbaston & Staverton. Service Model * Free of Charge setup/installation; weekly/monthly replenishment; retrospective consolidated monthly invoicing (goods charged on usage); supplier responsible for service, upkeep, and replacement. * 24/7 availability where appropriate; remote monitoring; automated stock control; usage reporting. Stock Management and Performance * Minimum stock thresholds with zero stockouts; preventive maintenance every 6 months or as/when required; reactive maintenance within 24 hours. Integration and Tracking * Integration with STW asset systems; automated replenishment triggers; user specific tracking via existing employee ID cards. Hardware * Machine types may include carousel or locker; power/connectivity suitable for remote sites.",
"value": {
"amountGross": 2040000,
"amount": 1700000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Commercials & Price",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Lead Time Assessment",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality & Technical",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"hasRenewal": true,
"renewal": {
"description": "5 Years - with the option to extend for a further 5 years, via annual increments - subject to contract conditions"
},
"hasOptions": true,
"options": {
"description": "Could be potential for new product requirements and innovation in both lots"
}
},
{
"id": "2",
"title": "RPE (Respiratory Protective Equipment)",
"description": "Technical RPE Specifications * FFP3 masks (valved and non-valved). * Positive Pressure SCBA for confined space entry. * Applicable Standards: * EN 149 - Disposable RPE * EN 140 - Half masks * EN 136 - Full face masks * EN 137 / EN 1146 - SCBA * EN 143 / EN 14387 - Filters * EN 12941 / EN 12942 - Powered RPE Power Unit Spec * Belt mounted (EN 12941 TH3) * AFP40 * 180-240 Litres per minute of air flow * 5 Different air speed settings * 8 Hour battery * IP 54 * Visual, Audible and Vibration Full Filter Alarm * Visual, Audible and Vibration Missing Filter Alarm * EN 12941 TH3 Headtop Unit Spec * Certified to use with Hard hat * Certified to use with Ear Defenders * EN 12941 TH3 * AFP40 * EN 166 1 BT 3 4 5 9 KN * K - Anti-scratch * N - Anti-mist RPE Supplier Responsibilities * Face fit testing (Fit2Fit accredited) for all RPE users with full, auditable records. * Maintenance scheduling and statutory servicing of BA sets in line with COSHH. * Training on use, care, and storage of RPE. Specialist Support Requirements Provision of solutions for all requirements where RPE is required, and including support for, but not limited to: * Confined spaces * Cutting asbestos * Working on sewage pipes, manholes and tunnels Inclusive but not exhaustive of: RPE supply, fit testing and required maintenance.",
"status": "active",
"value": {
"amountGross": 480000,
"amount": 400000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Commercials & Price",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Lead Time Assessment",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality & Technical",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-12-01T00:00:00Z",
"endDate": "2031-12-01T23:59:59Z",
"maxExtentDate": "2036-12-01T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "5 Years - with the option to extend for a further 5 years, via annual increments - subject to contract conditions"
},
"hasOptions": true,
"options": {
"description": "Could be potential for new product requirements and innovation in both lots"
}
}
],
"communication": {
"futureNoticeDate": "2025-11-07T23:59:59Z"
},
"status": "active",
"value": {
"amountGross": 2520000,
"amount": 2100000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "This tender process is for the provision of Personal Protection Equipment (PPE), Respiratory Protection Equipment (RPE), Workwear and Specialist Equipment & Apparatus. A summary of the scope across all Lots forming part of this tender is stated below: Lot 1 PPE & Workwear, Vending Machines and PPE Accessories Lot 2 RPE - Specialist Equipment The procurement is divided into separate Lots. Each Lot is independent. If a supplier wants to submit a tender for more than one Lot, they must meet the prequalification criteria for each lot and submit a separate submission for each Lot, as applicable, at each Stage. The Utilities will evaluate responses in the following order: PQQ Part A Commercial submission Part B Written Responses Part C Terms and Conditions Part D The Utilities reserves the right to down select after each part of the evaluation process if a supplier does not meet the minimum requirements for each Stage. weighted assessment criteria will be: Commercial/Price - 50% Lead time assessment 10% Quality &Technical 40%"
},
"submissionMethodDetails": "Ariba Platform https://portal.us.bn.cloud.ariba.com/dashboard/public/appext/comsapsbncdiscoveryui#/leads/search?an... Personal Protective Equipment and Respiratory Protective Equipment 2026 https://portal.us.bn.cloud.ariba.com/dashboard/public/appext/comsapsbncdiscoveryui#/RfxEvent/preview/1110008098?anId=ANONYMOUS",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-04-20T14:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2026-04-04T14:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-12-01T23:59:59Z"
},
"lotDetails": {
"awardCriteriaDetails": "Any supplier can bid for either or both lots to be assessed on their capabilities subject to tender document conditions"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "025612-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/025612-2026",
"datePublished": "2026-03-20T10:32:47Z",
"format": "text/html"
}
]
},
"language": "en"
}