Tender

Provision of Train Fleet Cleaning Services and/or Railway Station & Other Property Cleaning Services

  • Govia Thameslink Railway Ltd

F05: Contract notice – utilities

Notice identifier: 2022/S 000-022010

Procurement identifier (OCID): ocds-h6vhtk-035a9a

Published 10 August 2022, 1:08pm



Section one: Contracting entity

one.1) Name and addresses

Govia Thameslink Railway Ltd

24 Monument Street

LONDON

EC3R 8AJ

Contact

Paul Clark

Email

paul.clark@gtrailway.com

Country

United Kingdom

Region code

UKJ - South East (England)

Companies House

07934306

Internet address(es)

Main address

www.gtrailway.com

Buyer's address

https://www.gtrailway.com

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

http://www.gtrailway.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.paul.clark@gtrailway.com

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

Email

paul.clark@gtrailway.com

Country

United Kingdom

Internet address

https://gtrailway.com