By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Facilities Management (FM) Services for Managed Stations and Operational/Other Facilities.

Contract notice - utilities

Services

Directive 2004/17/EC

Section I: Contracting entity

I.1)Name, addresses and contact point(s)

Network Rail Limited
1 Eversholt Street
Contact point(s): National Supply Chain
For the attention of: Jerry Craigie
NW1 2DN London
UNITED KINGDOM
Telephone: +44 7710960886
E-mail: [email protected]

Internet address(es):

General address of the contracting entity: www.networkrail.co.uk

Electronic submission of tenders and requests to participate: The Tender will be run via Network Rail's Oracle E-Procurement portal

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Main activity
Railway services
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Facilities Management (FM) Services for Managed Stations and Operational/Other Facilities.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 14: Building-cleaning services and property management services
Main site or location of works, place of delivery or of performance: United Kingdom.

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
Facilities Management Services for managed stations and operational/other facilities.
II.1.6)Common procurement vocabulary (CPV)

90000000, 90610000, 90620000, 90630000, 90640000, 90670000, 90911000, 90914000, 90916000, 90917000, 90918000, 90919100, 90919200, 90510000, 90522000, 90524300, 77312000, 77314000, 90920000, 90721800, 90690000, 60130000, 79710000, 90600000, 90500000, 90523000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Facilities Management (FM) Services including:
- Fully managed cleaning service,
- Waste management service,
- Customer service and security assistance,
- Crowd management services,
- Pest control,
- Landscaping,
- Grafitti removal,
- Toilet facilities - Cash collection,
- Toilet facilities - Barrier maintenance,
- Toilet facilities - Change machine maintenance,
- Feminine hygiene,
- Vending machine provision,
- Maintenance and cash collection,
- Gritting and adverse weather management,
- Slip resistance testing (floors).
Requirements are split by managed stations and operational/other facilities and by geographical location - see individual Lots.
Estimated value excluding VAT
Range: between 100 000 000 and 200 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: Collection and disposal of Network Rail's Aggregate Waste as part of the overall Waste Management Service.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: FM Services for Managed Stations - North and Scotland
1)Short description:
This Lot comprises FM Services for managed stations - North and Scotland.
2)Common procurement vocabulary (CPV)

90000000, 90610000, 90620000, 90630000, 90640000, 90670000, 90911000, 90914000, 90916000, 90918000, 90917000, 90919100, 90919200, 90510000, 90522000, 90524300, 77312000, 77314000, 90920000, 90721800, 90690000, 60130000, 79710000

3)Quantity or scope:
Facilities Management (FM) Services including:
- Fully managed cleaning service,
- Waste management service,
- Customer service and security assistance,
- Crowd management services,
- Pest control,
- Landscaping,
- Grafitti removal,
- Toilet facilities cash collection,
- Toilet facilities barrier maintenance,
- Toilet facilities change machine maintenance ,
- Feminine hygiene,
- Vending machine provision,
- Maintenance and cash collection,
- Gritting and adverse weather management,
- Slip resistance testing (floors).
Estimated value excluding VAT
Range: between 20 000 000 and 42 000 000 GBP
Lot No: 2 Lot title: FM Services for Managed Stations - South
1)Short description:
This Lot comprises FM Services for Managed Stations - South.
2)Common procurement vocabulary (CPV)

90000000, 90610000, 90620000, 90630000, 90640000, 90670000, 90911000, 90914000, 90916000, 90917000, 90918000, 90919100, 90919200, 77312000, 77314000, 90920000, 90721800, 90690000, 60130000, 79710000, 90510000, 90522000, 90524300

3)Quantity or scope:
Facilities Management (FM) Services including:
- Fully managed cleaning service,
- Waste management service,
- Customer service and security assistance,
- Crowd management services,
- Pest control,
- Landscaping,
- Grafitti removal,
- Toilet facilities - Cash collection,
- Toilet facilities - Barrier maintenance,
- Toilet facilities - Change machine maintenance,
- Feminine hygiene,
- Vending machine provision,
- Maintenance and cash collection,
- Gritting and adverse weather management,
- Slip resistance testing (floors).
Estimated value excluding VAT
Range: between 40 000 000 and 83 000 000 GBP
Lot No: 3 Lot title: FM Services (excluding Waste Management) for Operational/Other Facilities - North and Scotland
1)Short description:
This Lot comprises FM Services (excluding Waste Management) for Operational/Other Facilities - North and Scotland.
2)Common procurement vocabulary (CPV)

90600000, 90610000, 90620000, 90630000, 90640000, 90670000, 90911000, 90914000, 90916000, 90918000, 90919100, 90919200, 77312000, 77314000, 90920000, 90721800, 90690000, 60130000, 79710000, 90917000

3)Quantity or scope:
Facilities Management (FM) Services including:
- Fully managed cleaning service,
- Customer service and security assistance,
- Crowd management services,
- Pest control,
- Landscaping,
- Grafitti removal,
- Toilet facilities - Cash collection,
- Toilet facilities - Barrier maintenance,
- Toilet Facilities - Change machine maintenance,
- Feminine hygiene,
- Vending machine provision,
- Maintenance and cash collection,
- Gritting and adverse weather management,
- Slip resistance testing (floors).
Estimated value excluding VAT
Range: between 8 000 000 and 15 000 000 GBP
Lot No: 4 Lot title: FM Services (excluding Waste Management) for Operational/Other Facilities - South
1)Short description:
This Lot comprises FM Services (excluding Waste Management) for Operational/Other Facilities - South.
2)Common procurement vocabulary (CPV)

90600000, 90610000, 90620000, 90630000, 90640000, 90670000, 90911000, 90914000, 90916000, 90917000, 90918000, 90919100, 90919200, 77312000, 77314000, 90920000, 90721800, 90690000, 60130000, 79710000

3)Quantity or scope:
Facilities Management (FM) Services including:
- Fully managed cleaning service,
- Customer service and security assistance,
- Crowd management services,
- Pest control,
- Landscaping,
- Grafitti removal,
- Toilet Facilities - Cash Collection,
- Toilet Facilities - Barrier Maintenance,
- Toilet Facilities - Change Machine Maintenance,
- Feminine Hygiene,
- Vending machine provision,
- Maintenance and cash collection,
- Gritting and adverse weather management,
- Slip resistance testing (floors).
Estimated value excluding VAT
Range: between 8 000 000 and 15 000 000 GBP
Lot No: 5 Lot title: FM Services (excluding Waste Management) for Operational/Other Facilities - Inside M25
1)Short description:
This Lot comprises FM Services (excluding Waste Management) for Operational/Other Facilities - Inside M25.
2)Common procurement vocabulary (CPV)

90600000, 90610000, 90620000, 90630000, 90640000, 90670000, 90911000, 90914000, 90916000, 90917000, 90918000, 90919100, 90919200, 77312000, 77314000, 90920000, 90721800, 90690000, 60130000, 79710000

3)Quantity or scope:
Facilities Management (FM) Services including:
- Fully managed cleaning service,
- Customer service and security assistance,
- Crowd management services,
- Pest control,
- Landscaping,
- Grafitti removal,
- Toilet facilities - Cash collection,
- Toilet facilities - Barrier maintenance,
- Toilet Facilities - Change machine maintenance,
- Feminine hygiene,
- Vending machine provision,
- Maintenance and cash collection,
- Gritting and adverse weather management,
- Slip resistance testing (floors).
Estimated value excluding VAT
Range: between 7 000 000 and 13 000 000 GBP
Lot No: 6 Lot title: Waste Management Service for Operational/Other Facilities - National
1)Short description:
This Lot comprises Waste Management Service for Operational/Other Facilities - National.
2)Common procurement vocabulary (CPV)

90500000, 90510000, 90522000, 90524300, 90523000

3)Quantity or scope:
Waste Management Service.
Estimated value excluding VAT
Range: between 17 000 000 and 32 000 000 GBP
Lot No: 7 Lot title: Crowd Management Service - National
1)Short description:
This Lot comprises Crowd Management Service - National.
2)Common procurement vocabulary (CPV)

79710000

3)Quantity or scope:
Crowd Management Services.
Estimated value excluding VAT
Range: between 8 000 000 and 12 000 000 GBP
Lot No: 8 Lot title: Customer Service and Security Assistance - National
1)Short description:
This Lot comprises Customer Service and Security Assistance - National.
2)Common procurement vocabulary (CPV)

79710000

3)Quantity or scope:
Customer Service and Security Assistance.
Estimated value excluding VAT
Range: between 15 000 000 and 25 000 000 GBP
Lot No: 9 Lot title: Lots 1-8
1)Short description:
All other Lots combined.
2)Common procurement vocabulary (CPV)

90000000, 90610000, 90620000, 90630000, 90640000, 90670000, 90911000, 90914000, 90916000, 90919100, 90919200, 90510000, 90522000, 90524300, 77312000, 77314000, 90920000, 90721800, 90690000, 60130000, 79710000, 90917000, 90918000

3)Quantity or scope:
All other Lots combined.
Estimated value excluding VAT
Range: between 100 000 000 and 200 000 000 GBP

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Supplier Guarantees or Deposits may be required if deemed appropriate.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Standard Payment terms against periodic invoicing by the Supplier (s).
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The information required will be stated in the PQQ.
Waste Management and Pest Control are auditable categories in RISQS (Rail Industry Supplier Qualification System) - therefore successful Supplier(s) will need to be registered and have passed the appropriate audits to provide those services to Network Rail prior to tender response.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The information required will be stated in the PQQ.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: The information required will be stated in the PQQ.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: 3.8.2015 - 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
19.8.2015 - 17:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 01.06.2020.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
Important: Expression of interest/PQQ process:
If you would like to receive a PQQ (Pre-qualification questionnaire) in relation to this OJEU Notice, please email the contact at Section I.1) above by 17:00 on 3.8.2015.
PQQs will be issued shortly after the cut-off date and once completed should be returned (to the contact at Section I.1) above by 17:00 on 19.8.2015.
We reserve the right to amend these dates if necessary.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Please refer to section VI.4.2) below

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Network Rail will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
The Utilities Contracts Regulations 2006 (SI 2006 No 6) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
20.7.2015