Section one: Contracting entity
one.1) Name and addresses
Govia Thameslink Railway Ltd
24 Monument Street
LONDON
EC3R 8AJ
Contact
Paul Clark
Country
United Kingdom
Region code
UKJ - South East (England)
Companies House
07934306
Internet address(es)
Main address
Buyer's address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Train Fleet Cleaning Services and/or Railway Station & Other Property Cleaning Services
two.1.2) Main CPV code
- 90910000 - Cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
Govia Thameslink Railway ltd (GTR) are looking to procure a partner to provide one or both of the following services:
Train Fleet Cleaning Services
Railway Station + Other Properties Cleaning Services
The scope of the requirement includes sites across the entire GTR network which stretches across the South East of England
two.1.5) Estimated total value
Value excluding VAT: £122,500,000
two.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: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1 - Fleet Cleaning Services
Lot 2 - Station & Other Buildings Cleaning Services
Lot 3 - Dual Award of Lots 1 & 2
two.2) Description
two.2.1) Title
Provision of Train Fleet Cleaning Servces
Lot No
1
two.2.2) Additional CPV code(s)
- 90917000 - Cleaning services of transport equipment
two.2.3) Place of performance
NUTS codes
- UKH - East of England
- UKI - London
- UKJ - South East (England)
Main site or place of performance
Train Fleet Cleaning Services comprises;
Turnaround Train Fleet Cleaning Services (ie. cleaning activities primarily undertaken throughout the day at Terminus Railway Stations when trains reach their final destination before being 'Turned Around' and going back into service). Turnaround cleaning activities are undertaken at more than 30 different sites across the South East of England. At most sites cleaning activities are required to be provided 7 days a week.
Berthing / Stabling Train Fleet Cleaning Services (cleaning activities primarily undertaken at specific Depots, Sidings & Stations across the South East of England where railway carriages are berthed / stabled / stored overnight as and when they are taken out of service throughout the day). Cleaning activities will be required to be undertaken at more than 30 specific sites across the South East of England. At most sites cleaning activities are required to be provided 7 days a week.
two.2.4) Description of the procurement
Govia Thameslink Railway Ltd operate a fleet of more than 500 Multiple Unit Vehicles ranging from two-carriage vehicles to 12 carriage vehicles.
Approximately 90% + of the available fleet is operational on a daily basis with approximately 10% of the overall rolling stock being out of service undergoing planned maintenance, repair and/or refurbishment.
GTR currently operate a mixed economy when it comes to train fleet cleaning services. 100% of Turnaround Train Cleaning is currently outsourced to an external third-party supplier while only a percentage of the Berthing / Stabling Cleaning Services is undertaken by an external third-party supplier. The remaining cleaning activities are undertaken by an in-house team located at a number of Depots located across the network.
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: £87,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
70
This contract is subject to renewal
Yes
Description of renewals
Initial Contract Term: 22 months from 1 June 2023
Potential extension 1: 36 months from 1 April 2025
Potential extension 2: 12 months from 1 April 2028
Both potential contract extensions will be subject to satisfactory performance and agreement on price
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:
Please note: The above range is provided as an indication only
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The specific areas where options will be accepted will be detailed in the Tender documentation, which will be made available when the Pre-qualification Questionnaire (PQQ) is made available
two.2) Description
two.2.1) Title
Provision of Railway Station + Property Cleaning Services
Lot No
2
two.2.2) Additional CPV code(s)
- 90911000 - Accommodation, building and window cleaning services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
- UKI - London
- UKJ - South East (England)
Main site or place of performance
Govia Thameslink Railway Ltd are currently responsible for managing (including cleaning) a total of 238 railway station plus other property located across the South East of England.
The scope of the cleaning requirement includes the following types of property: -
Railway Stations
Offices
Training Facilities
Engineering Depots (specific areas only)
Train Driver Depots
Train Crew Accommodation
two.2.4) Description of the procurement
Govia Thameslink Railway Ltd is responsible for managing a total of 238 Railway Stations. All Railway Stations are classified by the Department for Transport (DfT) depending on the size of the station and the volume of trains / passenger traffic using the station:
The breakdown of the DfT classification on GTR managed stations is detailed below:
1 x A classified station
6 x B classified stations
35 x C, C1 & C2 classified stations
54 x D classified stations
93 x E classified stations
49 x F1 & F2 classified stations
238 Total stations
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: £35,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
70
This contract is subject to renewal
Yes
Description of renewals
Initial Contract Term: 22 months from 1 June 2023
Potential extension 1: 36 months from 1 April 2025
Potential extension 2: 12 months from 1 April 2028
Both potential contract extensions will be subject to satisfactory performance and agreement on price
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:
Please note: The above range is provided as an indication only
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The specific areas where options will be accepted will be detailed in the Tender documentation, which will be made available when the Pre-qualification Questionnaire (PQQ) is issued
two.2) Description
two.2.1) Title
Dual Award of Lots 1 & 2
Lot No
3
two.2.2) Additional CPV code(s)
- 90910000 - Cleaning services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
- UKI - London
- UKJ - South East (England)
Main site or place of performance
Details as outlined for Lots 1 & 2
two.2.4) Description of the procurement
Details as outlined for Lots 1 & 2
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: £122,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
70
This contract is subject to renewal
Yes
Description of renewals
Initial Contract Term: 22 months from 1 June 2023
Potential extension 1: 36 months from 1 April 2025
Potential extension 2: 12 months from 1 April 2028
Both potential contract extensions will be subject to satisfactory performance and agreement on price
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:
Please note: The above range is provided as an indication only
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The specific areas where options will be accepted will be detailed in the Tender documentation, which will be made available when the Pre-qualification Questionnaire (PQQ) is made available
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
Competitive dialogue
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 September 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
14 October 2022
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: Yes
Estimated timing for further notices to be published: It is our intention to issue documentation in accordance with the timescales below:
PQQ Issued: 12 September 2022
Stage 1 Tender Issued: 14 October 2022
Stage 2 Tender Issued: 19 December 2022
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Govia Thameslink Railway Ltd
Monument Place
London
EC3R 8AJ
Country
United Kingdom