Notice Information
Notice Title
Provision of Uniforms at Avanti West Coast
Notice Description
REQUIREMENTS SUMMARY The Supplier will perform the following Goods and Services to meet the requirements. The manufacture, [design if applicable] and supply of the Customers employee's uniform ('Garments'). The supplier will be provided with a list of garments specifications by the Customer but may be required to provide design support throughout the lifetime of the contract. End-to-end management of the phased mobilisation of all Customer contracts to a defined timeline, implementation includes facilitating the transfer of stock from incumbent premises and reprocessing, booking and distribution through the incumbent suppliers systems. Dedicated Contract Management in line with PA Regs 2023. All distribution and delivery of Garments to the Customer's designated delivery locations. Robust stock holding and forecast process to ensure Garments are available and can be delivered to the Customer in line with demand, The provision of a customer facing online system for employee ordering, allocation controls, return and exchange of Garments. Supporting the Customer to adopt sustainable business practices and take advantage of advances in sustainability. Transfer of all remaining stock from the incumbent supplier, ongoing storage, insurance and distribution. NOTE: Recycling of uniforms, safety footwear and branded backpacks will be a costed option i.e. if the proposal is accepted and is within the approved budgets, we will include this within the requirements. If the proposal is not accepted, then recycling of uniforms, safety footwear and branded backpacks will be out of scope.
Lot Information
Lot 1
Renewal: The contract length is anticipated to be three (3) years with an option to extend for another two (2) years. The estimated contract value stated above is for the total term i.e. 5 years (3+2). Estimated Value below; FY 26/27 - PS550,000 FY 27/28 - PS1,054,831 FY 28/29 - PS1,076,983 FY 29/30 - PS1,098,630 FY 30/31 - PS1,120,603 FY 31/32 - PS571,508 The spend indicated within this tender process is not fully committed as the actual annual budgets will be subject to approval by Department for Transport from time to time, usually annually. Please note, we would reserve the right to reduce or increase the budgets as necessary at any point in time.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0614fa
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/009278-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
18 - Clothing, footwear, luggage articles and accessories
-
- CPV Codes
18222000 - Corporate clothing
Notice Value(s)
- Tender Value
- £5,472,555 £1M-£10M
- Lots Value
- £5,472,555 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 3 Feb 20266 days ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 2 Sep 2026 - 2 Sep 2029 3-4 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
- FIRST TRENITALIA WEST COAST RAIL LIMITED
- Contact Name
- Ruchiie Sehdev
- Contact Email
- ruchiie.sehdev@avantiwestcoast.co.uk
- Contact Phone
- +44 7773732843
Buyer Location
- Locality
- LONDON
- Postcode
- W2 1AF
- Post Town
- West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- Hyde Park
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/009278-2026
3rd February 2026 - Tender notice on Find a Tender
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-0614fa-2026-02-03T09:30:45Z",
"date": "2026-02-03T09:30:45Z",
"ocid": "ocds-h6vhtk-0614fa",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-10349442",
"name": "FIRST TRENITALIA WEST COAST RAIL LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "10349442"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PGLQ-8629-CMPG"
}
],
"address": {
"streetAddress": "8th Floor The Point",
"locality": "London",
"postalCode": "W2 1AF",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"name": "Ruchiie Sehdev",
"email": "ruchiie.sehdev@avantiwestcoast.co.uk",
"telephone": "+44 7773732843"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicUndertaking",
"scheme": "UK_CA_TYPE",
"description": "Public undertaking"
}
]
}
}
],
"buyer": {
"id": "GB-COH-10349442",
"name": "FIRST TRENITALIA WEST COAST RAIL LIMITED"
},
"tender": {
"id": "ocds-h6vhtk-0614fa",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Provision of Uniforms at Avanti West Coast",
"description": "REQUIREMENTS SUMMARY The Supplier will perform the following Goods and Services to meet the requirements. The manufacture, [design if applicable] and supply of the Customers employee's uniform ('Garments'). The supplier will be provided with a list of garments specifications by the Customer but may be required to provide design support throughout the lifetime of the contract. End-to-end management of the phased mobilisation of all Customer contracts to a defined timeline, implementation includes facilitating the transfer of stock from incumbent premises and reprocessing, booking and distribution through the incumbent suppliers systems. Dedicated Contract Management in line with PA Regs 2023. All distribution and delivery of Garments to the Customer's designated delivery locations. Robust stock holding and forecast process to ensure Garments are available and can be delivered to the Customer in line with demand, The provision of a customer facing online system for employee ordering, allocation controls, return and exchange of Garments. Supporting the Customer to adopt sustainable business practices and take advantage of advances in sustainability. Transfer of all remaining stock from the incumbent supplier, ongoing storage, insurance and distribution. NOTE: Recycling of uniforms, safety footwear and branded backpacks will be a costed option i.e. if the proposal is accepted and is within the approved budgets, we will include this within the requirements. If the proposal is not accepted, then recycling of uniforms, safety footwear and branded backpacks will be out of scope.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "18222000",
"description": "Corporate clothing"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 6567066,
"amount": 5472555,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "This will be a two-stage process with a Pre-Qualification Stage (PQQ) followed by down selection of a limited number of Applicants to proceed to an Invitation to Negotiate (ITN) stage. AWC Procurement will manage the tender process, which will be carried out in accordance with the Procurement Act 2023. The process will not make use of an electronic auction. The Client reserves the right at its absolute discretion throughout the procurement process: 1. to amend and refine the award criteria, 2. to amend and refine the proposed procurement procedure prior to issuing the ITN, and 3. not to proceed with a contract award. Following the evaluation of the PQQ responses, the Client will shortlist the applicants it will invite to tender in accordance with the terms of the PQQ. The Client reserves the right to limit the number of applicants that are invited to tender to a maximum of five (5) applicants. Only applicants that score a \"pass\" for all non-qualitatively scored questions in the PQQ (outlined within tab 5 to 7 within the PQQ questionnaire) will be considered and Applicants will then be ranked in order of highest to lowest score. The Client reserves the right, in its absolute discretion, to invite more applicants into the ITN process if there is a tie in the scores between two (2) or more applicants for the final place. Those tenderers shortlisted from the PQQ stage will be invited to submit a proposal based on the ITN. Submissions will be evaluated during the ITN stage, allowing internal teams to select the most advantageous tender (MAT) based on both qualitative and cost evaluations, including final contract negotiations. All shortlisted tenderers will be taken to a presentation stage to demonstrate their confidence in delivery. The procurement timeline will be published and aimed at appointing the shortlisted supplier by 3rd August 2026 to allow time for mobilisation, with the contract start date set for 3rd September 2026. The existing suite of First Group systems (e,g, WAX Portal) will support the process, ensuring full transparency and auditability in accordance with the new Procurement Act 2023. Details on the T&Cs and the extent/nature of dialogue / negotiation during the process will be provided to down-selected bidders only during the ITN stage."
},
"mainProcurementCategory": "goods",
"specialRegime": [
"utilities"
],
"aboveThreshold": true,
"submissionMethodDetails": "https://s2c-uk62.waxdigital.com/FirstGroupPlc/DisplayModules/TradeModules/Negotiations/Opportunities/ViewOpportunityEvent.aspx?EventID=5083&Culture=en-GB",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2026-03-04T16:00:00Z",
"awardPeriod": {
"endDate": "2026-07-10T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 6567066,
"amount": 5472555,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Qualitative Criteria",
"description": "Processes & Systems - 20% System and MI, Garment Allocation, Online Ordering, Stock Forecasting Account Management - 7% Hierarchy, Contract Review Schedule Contract Mobilization - 3% Critical Path Sustainability - 10% Social and environmental considerations Risk - 5% Supply Chain Assurance",
"numbers": [
{
"number": 45,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Contract",
"description": "Non-Negotiable Clauses - Pass/Fail Negotiable Clauses - Qualitatively Scored (5%) SLAs/ KPIs - Pass/Fail",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Pricing",
"description": "Pricing Submission - 50%",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-09-03T00:00:00+01:00",
"endDate": "2029-09-02T23:59:59+01:00",
"maxExtentDate": "2031-09-02T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The contract length is anticipated to be three (3) years with an option to extend for another two (2) years. The estimated contract value stated above is for the total term i.e. 5 years (3+2). Estimated Value below; FY 26/27 - PS550,000 FY 27/28 - PS1,054,831 FY 28/29 - PS1,076,983 FY 29/30 - PS1,098,630 FY 30/31 - PS1,120,603 FY 31/32 - PS571,508 The spend indicated within this tender process is not fully committed as the actual annual budgets will be subject to approval by Department for Transport from time to time, usually annually. Please note, we would reserve the right to reduce or increase the budgets as necessary at any point in time."
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "L-1",
"documentType": "biddingDocuments",
"url": "https://s2c-uk62.waxdigital.com/FirstGroupPlc/DisplayModules/TradeModules/Negotiations/Opportunities/ViewOpportunityEvent.aspx?EventID=5083&Culture=en-GB"
},
{
"id": "009278-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/009278-2026",
"datePublished": "2026-02-03T09:30:45Z",
"format": "text/html"
}
]
},
"language": "en"
}