Award

Supply and Maintenance of Rolling Stock

LONDON NORTH EASTERN RAILWAY LIMITED

This public procurement record has 1 release in its history.

Award

06 Dec 2023 at 15:01

Summary of the contracting process

The London North Eastern Railway Limited recently completed a tender process for the supply and maintenance of rolling stock. The procurement involved the design, manufacture, testing, and supply of ten InterCity trains with an option for an additional five trains. The tender was conducted under the negotiated procedure with prior call for competition, and the supplier selection was based on the most economically advantageous bid. The procurement method used was selective, and the buying organisation is based in York, United Kingdom.

This tender presents an opportunity for businesses in the railway services industry to engage with London North Eastern Railway Limited for the supply and maintenance of rolling stock. Companies specialising in manufacturing, testing, and supplying railway equipment are well-suited to compete for this contract. The tender stage is currently in the award phase, with the contract for the supply and maintenance of rolling stock already active since November 2023. Businesses interested in expanding their operations in the United Kingdom should consider engaging with the buying organisation for potential future opportunities in the railway sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Supply and Maintenance of Rolling Stock

Notice Description

LNER was seeking to procure a minimum fleet of ten (10) InterCity trains based around specific technical and operating characteristics. The trains were to be fully rated for operation on 25kV Overhead Line Equipment (OLE) and with self-power capability for operation away from the OLE. On Board Energy Storage (OBES) for traction was to be specified as a mandatory requirement to reduce, and wherever practicable eliminate, diesel usage where it would otherwise be necessary. LNER anticipated that some degree of diesel traction may be required to supplement the OBES to meet all the self-power requirements. The trains will provide LNER with additional capacity to accommodate future growth and have performance characteristics that enable the fleet to be timetabled effectively amongst modern InterCity trains, as well as increasing the flexibility of LNER's fleet and providing the ability to provide uninterrupted services during engineering works.

Lot Information

Lot 1

LNER carried out a procurement process with potential manufacturers for the design, manufacture, testing and supply (and associated maintenance activities) of a base order of ten (10) InterCity trains, owner owned spares, special tools, simulator hardware and technical information, mock-ups and depot works for the use on the East Coast franchise. There was also an option to procure up to an additional five (5) trains. LNER chose to run the procurement under the negotiated procedure with a prior call for competition under regulation 47 of the Utilities Contracts Regulations 2016 (UCR16). LNER is registered with the Railway Industry Supplier Qualification Scheme (RISQS), enabling it to use this as a qualification system for the procurement. A Prior Information Notice was also issued to make suppliers aware of the procurement and set out the process being used (including the proposed registration requirements for the RISQS system and additional selection questions). The successful manufacturer was chosen on the basis of the most economically advantageous bid based on the award criteria set out in the procurement documents. A separate procurement process under the UCR16 was carried out by LNER for the financing of the new trains.

Options: LNER has an option to procure up to an additional five (5) trains.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-042220
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/035966-2023
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Negotiated procedure with prior call for competition
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation


CPV Codes

34620000 - Rolling stock

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Dec 20232 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
8 Nov 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
LONDON NORTH EASTERN RAILWAY LIMITED
Contact Name
Katherine Blake Hemingway
Contact Email
rsprocurement@lner.co.uk
Contact Phone
Not specified

Buyer Location

Locality
YORK
Postcode
YO1 6GA
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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-042220-2023-12-06T15:01:32Z",
    "date": "2023-12-06T15:01:32Z",
    "ocid": "ocds-h6vhtk-042220",
    "initiationType": "tender",
    "tender": {
        "id": "DN1566",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Supply and Maintenance of Rolling Stock",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "34620000",
            "description": "Rolling stock"
        },
        "mainProcurementCategory": "goods",
        "description": "LNER was seeking to procure a minimum fleet of ten (10) InterCity trains based around specific technical and operating characteristics. The trains were to be fully rated for operation on 25kV Overhead Line Equipment (OLE) and with self-power capability for operation away from the OLE. On Board Energy Storage (OBES) for traction was to be specified as a mandatory requirement to reduce, and wherever practicable eliminate, diesel usage where it would otherwise be necessary. LNER anticipated that some degree of diesel traction may be required to supplement the OBES to meet all the self-power requirements. The trains will provide LNER with additional capacity to accommodate future growth and have performance characteristics that enable the fleet to be timetabled effectively amongst modern InterCity trains, as well as increasing the flexibility of LNER's fleet and providing the ability to provide uninterrupted services during engineering works.",
        "lots": [
            {
                "id": "1",
                "description": "LNER carried out a procurement process with potential manufacturers for the design, manufacture, testing and supply (and associated maintenance activities) of a base order of ten (10) InterCity trains, owner owned spares, special tools, simulator hardware and technical information, mock-ups and depot works for the use on the East Coast franchise. There was also an option to procure up to an additional five (5) trains. LNER chose to run the procurement under the negotiated procedure with a prior call for competition under regulation 47 of the Utilities Contracts Regulations 2016 (UCR16). LNER is registered with the Railway Industry Supplier Qualification Scheme (RISQS), enabling it to use this as a qualification system for the procurement. A Prior Information Notice was also issued to make suppliers aware of the procurement and set out the process being used (including the proposed registration requirements for the RISQS system and additional selection questions). The successful manufacturer was chosen on the basis of the most economically advantageous bid based on the award criteria set out in the procurement documents. A separate procurement process under the UCR16 was carried out by LNER for the financing of the new trains.",
                "hasOptions": true,
                "options": {
                    "description": "LNER has an option to procure up to an additional five (5) trains."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition"
    },
    "awards": [
        {
            "id": "035966-2023-1",
            "relatedLots": [
                "1"
            ],
            "title": "Supply and Maintenance of Rolling Stock",
            "status": "active"
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-100149",
            "name": "London North Eastern Railway Limited",
            "identifier": {
                "legalName": "London North Eastern Railway Limited"
            },
            "address": {
                "streetAddress": "West Offices, Station Road",
                "locality": "York",
                "region": "UK",
                "postalCode": "YO1 6GA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Katherine Blake Hemingway",
                "email": "RSProcurement@lner.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.lner.co.uk",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "RAILWAY_SERVICES",
                        "description": "Railway services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-15830",
            "name": "High Court of England and Wales",
            "identifier": {
                "legalName": "High Court of England and Wales"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-100149",
        "name": "London North Eastern Railway Limited"
    },
    "contracts": [
        {
            "id": "035966-2023-1",
            "awardID": "035966-2023-1",
            "title": "Supply and Maintenance of Rolling Stock",
            "status": "active",
            "dateSigned": "2023-11-08T00:00:00Z"
        }
    ],
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:511766-2020:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}