Tender

Glasgow and London Laundry Services

  • Caledonian Sleeper Limited

F05: Contract notice – utilities

Notice identifier: 2025/S 000-009870

Procurement identifier (OCID): ocds-h6vhtk-04ee66

Published 18 March 2025, 11:45am



Section one: Contracting entity

one.1) Name and addresses

Caledonian Sleeper Limited

Basement and Ground Floor Premises, 1-5 Union Street

Inverness

IV1 1PP

Contact

Karen Rogers

Email

procurement@caledoniansleeper.scot

Telephone

+44 3300600500

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.sleeper.scot

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30648

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Glasgow and London Laundry Services

Reference number

CPT-059

two.1.2) Main CPV code

  • 98311000 - Laundry-collection services

two.1.3) Type of contract

Services

two.1.4) Short description

This tender is for the collection, inspection, laundering and re-delivery of bedding and towels used on our trains across 2 locations.

two.1.5) Estimated total value

Value excluding VAT: £2,500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

lot 1 - Glasgow

Lot 2 - London

two.2) Description

two.2.1) Title

Glasgow Polmadie Depot Laundry Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 98311000 - Laundry-collection services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Glasgow

two.2.4) Description of the procurement

This lot is for the collection, inspection, laundering and re-delivery of bedding and towels to Polmadie rail depot

two.2.5) Award criteria

Quality criterion - Name: Sample items sent for processing / Weighting: 35

Quality criterion - Name: Staff training and quality control for inspection of items / Weighting: 25

Quality criterion - Name: Contingency plans should your facility become out of service / Weighting: 20

Quality criterion - Name: Environmental impact of transport for each particular lot / Weighting: 20

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £833,382

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

one 12 month extension

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

London Wembley Depot Laundry Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 98311000 - Laundry-collection services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

This lot is for the collection, inspection, laundering and re-delivery of bedding and towels from Wembley rail Depot

two.2.5) Award criteria

Quality criterion - Name: Sample items sent for processing / Weighting: 35

Quality criterion - Name: Staff training and quality control for inspection of items / Weighting: 25

Quality criterion - Name: Contingency plans should your facility become out of service / Weighting: 20

Quality criterion - Name: Environmental impact of transport for each particular lot / Weighting: 20

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,600,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

one 12 month extension

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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

18 April 2025

Local time

11:00am

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

24 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.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=793606.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(SC Ref:793606)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=793606

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriffs office

Glagow

Country

United Kingdom