Govia Thameslink Railway Limited (GTR) has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Procurement of Fleet and Facilities Cleaning Services |
Notice type: | Contract Notice - Utilities |
Authority: | Govia Thameslink Railway Limited (GTR) |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | GTR sought to procure a supplier for cleaning services at their fleet and facilities. Lot 1 fleet activities primarily undertaken throughout the day at Terminus Railway Stations when trains reach their destination before being 'Turned Around' and going back into service. Lot 2 facilities cleaning across 240 railway stations plus other property located across the Southeast of England including Railway Stations, Offices, Training Facilities, Engineering Depots (specific areas only), Train Driver Depots, Train Crew Accommodation |
Published: | 10/03/2025 14:07 |
View Full Notice
Section I: Contracting Entity
I.1) Name, Addresses and Contact Point(s):
Govia Thameslink Rail (GTR)
24 Monument Street, London, EC3R 8AJ, United Kingdom
Tel. +44 7977763222, Email: carl.baker@gtrailway.com
Contact: Carl Baker
Main Address: http://www.gtrailway.com
NUTS Code: UKJ
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.6) Main activity:
Railway services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Procurement of Fleet and Facilities Cleaning Services
Reference number: Not Provided
II.1.2) Main CPV code:
90910000 - Cleaning services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: GTR sought to procure a supplier for cleaning services at their fleet and facilities. Lot 1 fleet activities primarily undertaken throughout the day at Terminus Railway Stations when trains reach their destination before being 'Turned Around' and going back into service. Lot 2 facilities cleaning across 240 railway stations plus other property located across the Southeast of England including Railway Stations, Offices, Training Facilities, Engineering Depots (specific areas only), Train Driver Depots, Train Crew Accommodation
II.1.6) Information about lots
This contract is divided into lots: Yes
II.2) Description (lot no. 1)
II.2.1) Title:Fleet Cleaning Services
Lot No:1
II.2.2) Additional CPV code(s):
90910000 - Cleaning services.
II.2.3) Place of performance
Nuts code:
UKJ - SOUTH EAST (ENGLAND)
Main site or place of performance:
SOUTH EAST (ENGLAND)
II.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. Received ITT's were individually evaluated and separate moderation sessions were held for the technical and commercial weightings of the project. The procurement was undertaken in the accordance with the Utilities Contract Regulations and utilised The Railway Industry Supplier Qualification Scheme (RISQS) as a mean of pre-qualification. Therefore, 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.
II.2.5) Award criteria:
Agree to publish? Yes
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 2)
II.2.1) Title:Facilities Cleaning Services
Lot No:2
II.2.2) Additional CPV code(s):
90910000 - Cleaning services.
II.2.3) Place of performance
Nuts code:
UKJ - SOUTH EAST (ENGLAND)
Main site or place of performance:
SOUTH EAST (ENGLAND)
II.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. Received ITT's were individually evaluated and separate moderation sessions were held for the technical and commercial weightings of the project. The procurement was undertaken in the accordance with the Utilities Contract Regulations and utilised The Railway Industry Supplier Qualification Scheme (RISQS) as a mean of pre-qualification. Therefore, 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.
II.2.5) Award criteria:
Agree to publish? Yes
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S: 2021/S 000-010921
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: GTR0717
Lot Number: 1
Title: Cleaning Services (Fleet)
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 07/03/2025
V.2.2) Information about tenders
Agree to publish? Yes
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
The contract has been awarded to a group of economic operators: No
V.2.3) Name and address of the contractor
Agree to publish? Yes
Contractor (No.1)
Churchill Contract Services Limited, 03762020
Cedar House Parkland Square, 750a Capability Green, Luton, Bedfordshire, LU1 3LU, United Kingdom
Internet address: https://www.churchillservices.com/
NUTS Code: UKJ
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Agree to publish? Yes
Initial estimated total value of the contract/lot: 83,207,349.5
Total value of the contract/lot: 49,167,979.58
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
V.2.6) Price paid for bargain purchases
Value excluding VAT: Not Provided
Currency: Not Provided
Award Of Contract (No.2)
Contract No: GTR0867
Lot Number: 2
Title: Cleaning Services (Facilities)
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 26/02/2025
V.2.3) Name and address of the contractor
Agree to publish? Yes
Contractor (No.1)
Churchill Contract Services Limited, 03762020
Cedar House Parkland Square, 750a Capability Green, Luton, Bedfordshire, LU1 3LU, United Kingdom
NUTS Code: UKJ
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Agree to publish? Yes
Initial estimated total value of the contract/lot: 45,210,767.97
Total value of the contract/lot: 26,715,453.8
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
V.2.6) Price paid for bargain purchases
Value excluding VAT: Not Provided
Currency: Not Provided
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=895468725
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice,
Strand,, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures
Not Provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 10/03/2025