Contract

Procurement of Environmental Monitoring Services (Stations and Depots)

  • Govia Thameslink Rail (GTR)

F06: Contract award notice – utilities

Notice identifier: 2024/S 000-038661

Procurement identifier (OCID): ocds-h6vhtk-02b21a

Published 29 November 2024, 4:05pm



Section one: Contracting entity

one.1) Name and addresses

Govia Thameslink Rail (GTR)

24 Monument Street

London

EC3R 8AJ

Contact

Carl Baker

Email

carl.baker@gtrailway.com

Telephone

+44 7977763222

Country

United Kingdom

Region code

UKJ - South East (England)

Internet address(es)

Main address

http://www.gtrailway.com

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Procurement of Environmental Monitoring Services (Stations and Depots)

Reference number

GTR0718 & GTR0852

two.1.2) Main CPV code

  • 90700000 - Environmental services

two.1.3) Type of contract

Services

two.1.4) Short description

GTR is contracting a supplier for Environmental Monitoring Services for their stations and depots across two Lots. Lot 1 Environmental Services at Stations, Office and Welfare Sites includes: • Water Hygiene Services • Asbestos Monitoring Services • Fire Risk Assessments • COSHH Assessments. Lot 2 Environmental Services at Depots and Rolling Stock includes: • Environmental Water Monitoring and L8 Legionella Control • Water Monitoring of Traction and Rolling Stock • Asbestos Monitoring • Fire Risk Assessments • Carriage Wash Machine Plant Audits • DSEAR Assessments • COSHH • Occupational Exposure Monitoring • Environmental Training • Oil Sampling and Analysis.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £3,301,511.87

two.2) Description

two.2.1) Title

Environmental Monitoring Services (Stations)

Lot No

1

two.2.2) Additional CPV code(s)

  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

SOUTH EAST (ENGLAND)

two.2.4) Description of the procurement

The following approach was undertaken: The procurement adopted a restricted procedure format, which was split into two stages of evaluation, a selection questionnaire (SQ) stage and then an invitation to tender (ITT) stage. The procurement was undertaken in the accordance with the Utilities Contract Regulations and utilised The Railway Industry Supplier Qualification Scheme (RISQS) as a means of pre-qualification. Received ITT's were individually evaluated and separate moderation sessions were held for the technical scoring of the project. The award was made in accordance with Regulation 77(9) by inviting relevant suppliers on the RISQS Qualification System established by notice 2021/S000-010921. The Contract has been awarded for a duration of 38 months with the contract ending at the NRC date on 31 March 2028.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

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

Environmental Monitoring Services (Depots)

Lot No

2

two.2.2) Additional CPV code(s)

  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

SOUTH EAST (ENGLAND)

two.2.4) Description of the procurement

The following approach was undertaken: The procurement adopted a restricted procedure format, which was split into two stages of evaluation, a selection questionnaire (SQ) stage and then an invitation to tender (ITT) stage. The procurement was undertaken in the accordance with the Utilities Contract Regulations and utilised The Railway Industry Supplier Qualification Scheme (RISQS) as a means of pre-qualification. Received ITT's were individually evaluated and separate moderation sessions were held for the technical scoring of the project. The award was made in accordance with Regulation 77(9) by inviting relevant suppliers on the RISQS Qualification System established by notice 2021/S000-010921. The Contract has been awarded for a duration of 38 months with the contract ending at the NRC date on 31 March 2028.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

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: 2021/S 000-010921


Section five. Award of contract

Contract No

GTR0718

Lot No

1

Title

Environmental Monitoring Services (Stations)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 November 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

SOCOTEC UK Ltd

House Bretby Business Park, Ashby Road, Bretby

Burton Upon Trent

DE15 0YZ

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
National registration number

02880501

Internet address

https://socotecshop.com

The contractor is an SME

No


Section five. Award of contract

Contract No

GTR0852

Lot No

2

Title

Environmental Monitoring Services (Depots)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 November 2024

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Socotec UK Limited

House Bretby Business Park, Ashby Road, Bretby

Burton Upon Trent

DE15 0YZ

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
National registration number

02880501

Internet address

https://socotecshop.com

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £2,273,169.59

Total value of the contract/lot: £2,273,169.59


Section six. Complementary information

six.3) Additional information

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=894415990

GO Reference: GO-20241129-PRO-28713732

six.4) Procedures for review

six.4.1) Review body

High Court

7 Rolls Buildings,, Fetter Lane

London

EC4A 1NL

Country

United Kingdom