Section one: Contracting entity
one.1) Name and addresses
LONDON NORTH EASTERN RAILWAY LIMITED
West Office
YORK
YO16GA
Contact
Annie Bradbury
Telephone
+44 7715428247
Country
United Kingdom
Region code
UKE21 - York
Companies House
04659712
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://tinyurl.com/LNEROracleFusion
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://tinyurl.com/LNEROracleFusion
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Combined Fleet and Station Presentation
Reference number
RFQ000012
two.1.2) Main CPV code
- 90910000 - Cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
The key objective of the LNER Train and Station Cleaning Services contract is to identify a partner who is able to deliver and continue to improve on the high standards, utilising efficiency, flexibility and innovation in line with the needs of our customers and our business. LNER seek to support an innovative and dynamic Service Partner who provides a customer and facilities centric presentation services solution, whilst optimising performance, achieving robust resource management and efficiency in a continuous improvement and evolving environment. One of the key requirements of this process is the combination of both the fleet and station aspects and LNER are looking for the bidders to utilise resource across both areas therefore increasing the efficiency of the proposed workforce. This will be a key aspect in LNER selecting a Presentation Partner to work with going forward.
two.1.5) Estimated total value
Value excluding VAT: £36,600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Rail industry is going through a period of significant change. The Passenger Railway Services (Public Ownership) Bill received Royal Assent on 28th November 2024 and will be followed by legislation to create Great British Railways (GBR). The objective of these is to bring track and train closer together, improve performance and provide the best service and experience for the customer.
As the inaugural DfTO TOC, LNER was joined by Northern Trains, TransPennine Trains and Southeastern Trains, with plans for three further TOC's to join in 2025.
LNER is committed to the objectives set out above and is forging ahead with a transformational timetable change in December 2025. The East Coast Velocity timetable utilises the improved performance of our Azuma trains to increase capacity across our network and deliver the very best for our customers.
LNER is a long-distance rail operator based in the UK operating on the ECML and currently runs 181 services per day Monday - Friday, 154 services Saturday and 132 services Sunday) and this will increase in December 2025 with the introduction of East Coast Velocity to 199 services per day Monday - Friday 191 services Saturday and 164 services Sunday. The timetable is normally revised twice a year in May and December but please note that Network Rail may introduce a third timetable change in September and this, if introduced, will give LNER the ability to update the timetable if required to enhance or increase its services. The LNER stations portfolio consists of 11 stations where LNER are Station Facilities Owner (SFO). There is also the company HQ based at West Offices in central York. LNER's fleet of Azuma trains are fundamental in enabling us to deliver the greatest change to the timetable since electrification delivering faster journey times, increased frequency and more direct services to our communities on and around the East Coast Mainline. Azuma's will help us retain a market-leading competitive position with more seats, greater reliability, plus a better on-board environment and enhanced levels of service.
LNER have elected to run a tender process for Train and Station Cleaning Services covering the LNER operation. These are defined as the following:
Train - Turnaround services
- In transit services
- Overnight services
- Heavy clean services
- Office cleaning services
Stations - General station cleaning services
- Toilet cleaning services
- Window cleaning services
- Planned deep clean services
The operational and financial relationship shall be based on an open book approach, fostering trust, transparency and mutual benefit (open book concept), which encompasses partnering principles with the Service Partner having ultimate responsibility for successful delivery. The Service Partner shall have full responsibility for the delivery of any cleaning activities and services whether performed by directly employed or sub-contracted personnel. LNER retains the right to audit the Service Partner's performance, which shall also include rights for LNER to audit against and apply any aspects to any of the LNER policies supplied.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £36,600,000
two.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
Two separate optional periods of 12 months following the initial term
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
As detailed in the Selection questionnaire
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
It is a pre-requisite that in order to participate within this procurement activity, interested parties should be accredited with the Railway Industry Supplier Qualification Scheme (RISQS)
Further information available via www.risqs.org
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 March 2025
Local time
1:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
14 April 2025
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
London North Eastern Railway Limited
West Offices, Station Rise
York
YO1 6DH
Country
United Kingdom