Section one: Contracting entity
one.1) Name and addresses
London North Eastern Railway Ltd.
West Offices, Station Rise
York
YO1 6GA
Contact
Annie Bradbury
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, 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
Station Security
Reference number
DN2660
two.1.2) Main CPV code
- 79710000 - Security services
two.1.3) Type of contract
Services
two.1.4) Short description
LNER (London North Eastern Railway) was first launched in 2018 and is a leading brand within the long-distance rail sector. serving key UK cities including London, Peterborough, Doncaster, Leeds, York, Newcastle, Edinburgh, Aberdeen, and Inverness.
LNER prides itself on delivering an exceptional customer experience at every customer touch point, from the moment a customer thinks about travelling by train to their destination and beyond. We believe that our customers, environment and Industry partners matter and make a difference.
Our business plan sets out our ambition to transform the future of Rail Travel in the UK, helping create a simpler better railway for everyone. A future vision created for and with our customers delivered by us in collaboration with our industry partners
To deliver this ambition, we will be working to create an East Coast Partnership under the LNER brand that brings together all parts of the railway operation to deliver significant benefits for our customers, people, partners and stakeholders. Ultimately this will make full use of the skills, resources and expertise of the private and public sectors and significantly improve the resilience of our service, both in terms of performance and service levels.
Our security arrangements currently cover work at Berwick Upon Tweed, Newcastle, Durham, Darlington, York, Wakefield Westgate, Doncaster, Retford and Peterborough.
The predominant use of the security teams is to provide an exceptional and robust level of customer focused support to our station teams. This includes at smaller stations the support of lone working staff during evening shifts and as they complete the end of shift close-down procedures.
Proactively demonstrate risk awareness, in a confident and professional manner to support station teams and customers travelling through our stations. Actively provide a visual deterrent against anti-social behavior and support station safety policies such as emergency evacuation procedures and crowd control plans.
LNER are committed to tackling the effects of crime and general anti-social behaviour effectively across the route over which we operate. Tackling anti-social behaviour is a priority, particularly in terms of increasing customer and employee reassurance and perceptions of their personal safety and security.
Any bidder for our security provision contract must be an SIA approved contractor with the ability to provide security operatives and operational support in all eight locations as outlined within Table one above. As an SIA Approved Contractor, you must have adequate premises, procedures, and equipment to sustain your business within the relevant industry sector. As an SIA Approved Contractor you must be able to demonstrate that you develop and implement plans to ensure your people are suitably trained and cared for.
Your security operatives will form an integral part of our teams; they will be working in a fast-paced station operational environment and as all LNER Teams working within the operational theatre the highest standards of safety, customer service and personal behavior's are expected. We have strict criteria in relation to time at work in order to improve employee health & wellbeing and reduce fatigue. It is expected that your security operatives follow the rail industry guidelines.
To partake in this tender process - please go to Proactis link below and register for a free account, if you are already registered you will be able to source this tender via Proactis, this will be the portal used for this tender
https://supplierlive.proactisp2p.com/Account/Login
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot No
1
two.2.2) Additional CPV code(s)
- 79713000 - Guard services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
To cover the whole route as detailed and will include lots 2&3 (not including Lot 4 (NRSP) details of Lot 4 can be found below
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
The potential to extend for a further two periods of 12 months
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
Lot No
2
two.2.2) Additional CPV code(s)
- 79713000 - Guard services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
To cover Customer facing duties between Berwick, Newcastle, Durham and Darlington stations
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The potential to extend for a further two periods of 12 months
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
Lot No
3
two.2.2) Additional CPV code(s)
- 79713000 - Guard services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
To Cover York, Doncaster, Retford, Wakefield West Gate, Retford and Peterborough Stations (does not cover York NRSP see Lot 4)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
The potential to extend for a further two periods of 12 months
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
Lot No
4
two.2.2) Additional CPV code(s)
- 79713000 - Guard services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
To cover York NRSP only
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
The potential to extend for a further two periods of 12 months
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-023738
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 October 2024
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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
York
Country
United Kingdom