Notice Information
Notice Title
LNER - Provision of Facilities Management - PPM and Reactive
Notice Description
London North Eastern Railway (LNER) are looking for a supplier to provide a new Facilities Management (Hard FM) contract. The contract will cover our estate and managed network of circa 17 Railway Stations, from Kings Cross Station in London up to Aberdeen Station and Inverness Station in Scotland. It will also cover our commercially leased offices and sites at stations operated by Network Rail or other TOCs. The scope of service remains subject to final confirmation but is anticipated to include; Planned and Reactive Maintenance, External Grounds Maintenance, Pest Control, Fire Safety Management, Waste Management, Poster Campaigns, Internal Painting. It shall also be a requirement for the provision of a CAFM system and Helpdesk. Services that will not be in scope (also subject to final confirmation) include; CCTV, Customer Information Screens, Door Access Controls, Cash Point Machines, Car Park P&D Machines, Intruder Alarms, Lifts, Radios & Handheld Devices, Station Clocks, Ticket Vending Machines, Vending Machines, 5 yr External Painting. The contract duration shall be up to five (5) years in total. Three (3) years plus two (2) optional one (1) year extensions.
Lot Information
Lot 1
LNER shall be running the procurement via an above threshold Restricted Procedure under regulation 46 of the Utilities Contract Regulations 2016. LNER is registered with the Railway Industry Supplier Qualification Scheme (RISQS), and shall be utilising their platform as a means of qualifying. To participate in this procurement, suppliers must be fully registered and qualified on RISQS under the following RICCL codes and activities by 22nd July 2022 at 12.00: 1. RICCL code: H.L.3.1: General Building Management / Service. 2. Organisation Staff Headcount: Is More than 250 3. Does your organisation have an Environmental Management system that has been assured/certified by a third party to ISO 14001 or equivalent? Is Equal To Yes 4. Does your organisation maintain a record of any inspections or quality control? Is Equal To Yes 5. Regions of service is the following:- Cambridgeshire AND County Durham AND East Riding of Yorkshire AND Greater London AND Lincolnshire AND North Yorkshire AND Northumberland AND Nottinghamshire AND South Yorkshire AND Tyne & Wear AND West Yorkshire AND Aberdeenshire AND Fife AND Highland Registration on RISQS must be done through the RISQS system, this can be done online at: https://shop.risqs.org/Register This procurement and all communication with suppliers will be managed electronically via the RISQS system. After the first stage (SQ) is complete, shortlisted suppliers will need be registered on our E-Sourcing system (Proactis Source-to-Contract) to participate in the ITT. It is free to register at https://supplierlive.proactisp2p.com/Account/Login Additional information: A market engagement session or sessions are likely to be held online via the Microsoft Teams platform either week commencing 4th July 2022 or 11th July 2022. Bidders interested in attending a session should contact LNER Procurement via the email address listed in this notice.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-034809
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/016740-2022
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79993100 - Facilities management services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 17 Jun 20223 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 31 Jul 2022Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Planned
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LONDON NORTH EASTERN RAILWAY
- Contact Name
- James Lee
- Contact Email
- james.lee2@lner.co.uk
- Contact Phone
- +44 7821305157
Buyer Location
- Locality
- YORK
- Postcode
- YO1 6DH
- Post Town
- York
- Country
- England
-
- Major Region (ITL 1)
- TLE Yorkshire and The Humber
- Basic Region (ITL 2)
- TLE2 North Yorkshire
- Small Region (ITL 3)
- TLE21 York
- Delivery Location
- Not specified
-
- Local Authority
- York
- Electoral Ward
- Micklegate
- Westminster Constituency
- York Central
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-034809-2022-06-17T17:44:05+01:00",
"date": "2022-06-17T17:44:05+01:00",
"ocid": "ocds-h6vhtk-034809",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-034809",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "LNER - Provision of Facilities Management - PPM and Reactive",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "79993100",
"description": "Facilities management services"
},
"mainProcurementCategory": "services",
"description": "London North Eastern Railway (LNER) are looking for a supplier to provide a new Facilities Management (Hard FM) contract. The contract will cover our estate and managed network of circa 17 Railway Stations, from Kings Cross Station in London up to Aberdeen Station and Inverness Station in Scotland. It will also cover our commercially leased offices and sites at stations operated by Network Rail or other TOCs. The scope of service remains subject to final confirmation but is anticipated to include; Planned and Reactive Maintenance, External Grounds Maintenance, Pest Control, Fire Safety Management, Waste Management, Poster Campaigns, Internal Painting. It shall also be a requirement for the provision of a CAFM system and Helpdesk. Services that will not be in scope (also subject to final confirmation) include; CCTV, Customer Information Screens, Door Access Controls, Cash Point Machines, Car Park P&D Machines, Intruder Alarms, Lifts, Radios & Handheld Devices, Station Clocks, Ticket Vending Machines, Vending Machines, 5 yr External Painting. The contract duration shall be up to five (5) years in total. Three (3) years plus two (2) optional one (1) year extensions.",
"lots": [
{
"id": "1",
"description": "LNER shall be running the procurement via an above threshold Restricted Procedure under regulation 46 of the Utilities Contract Regulations 2016. LNER is registered with the Railway Industry Supplier Qualification Scheme (RISQS), and shall be utilising their platform as a means of qualifying. To participate in this procurement, suppliers must be fully registered and qualified on RISQS under the following RICCL codes and activities by 22nd July 2022 at 12.00: 1. RICCL code: H.L.3.1: General Building Management / Service. 2. Organisation Staff Headcount: Is More than 250 3. Does your organisation have an Environmental Management system that has been assured/certified by a third party to ISO 14001 or equivalent? Is Equal To Yes 4. Does your organisation maintain a record of any inspections or quality control? Is Equal To Yes 5. Regions of service is the following:- Cambridgeshire AND County Durham AND East Riding of Yorkshire AND Greater London AND Lincolnshire AND North Yorkshire AND Northumberland AND Nottinghamshire AND South Yorkshire AND Tyne & Wear AND West Yorkshire AND Aberdeenshire AND Fife AND Highland Registration on RISQS must be done through the RISQS system, this can be done online at: https://shop.risqs.org/Register This procurement and all communication with suppliers will be managed electronically via the RISQS system. After the first stage (SQ) is complete, shortlisted suppliers will need be registered on our E-Sourcing system (Proactis Source-to-Contract) to participate in the ITT. It is free to register at https://supplierlive.proactisp2p.com/Account/Login Additional information: A market engagement session or sessions are likely to be held online via the Microsoft Teams platform either week commencing 4th July 2022 or 11th July 2022. Bidders interested in attending a session should contact LNER Procurement via the email address listed in this notice.",
"status": "planned"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2022-08-01T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
}
},
"parties": [
{
"id": "GB-FTS-55908",
"name": "London North Eastern Railway",
"identifier": {
"legalName": "London North Eastern Railway"
},
"address": {
"streetAddress": "East Coast House, 25 Skeldergate",
"locality": "York",
"region": "UK",
"postalCode": "YO16DH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "James Lee",
"telephone": "+44 7821305157",
"email": "james.lee2@lner.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.lner.co.uk",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "RAILWAY_SERVICES",
"description": "Railway services"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-55908",
"name": "London North Eastern Railway"
},
"language": "en"
}