Notice Information
Notice Title
Train Fleet Cleaning Services
Notice Description
Train fleet cleaning services, including berth cleaning, turn-around cleaning, and exterior cleaning, more fully described in the Draft Contract, across Chiltern Railways' fleet, specifically class 165, 168, and 196 diesel multiple units, and mark 5A loco hauled by class 68 loco. The Services shall be performed at the following locations: * Aylesbury Depot * Aylesbury South Sidings * Banbury Depot * Birmingham Moor Street Station * Marylebone Station * Oxford Station * Stourbridge Depot * Wembley Depot The Supplier shall ensure trains are maintained in a safe, hygienic, and passenger ready condition in accordance with the performance standards set out in the Draft Contract. The Supplier is responsible for providing train cleaning operatives for the cleaning in a variety of ways a minimum of 263 rail carriages and ensuring adaptability to new rolling stock as required.
Lot Information
Lot 1
Renewal: Extensions will be granted dependent on the suppliers performance throughout the contract, including service level criteria.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05f033
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/080368-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
63 - Supporting and auxiliary transport services; travel agencies services
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
63711000 - Support services for railway transport
90917000 - Cleaning services of transport equipment
Notice Value(s)
- Tender Value
- £12,500,000 £10M-£100M
- Lots Value
- £12,500,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 5 Dec 20252 days ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Mar 2026 - 31 Mar 2029 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE CHILTERN RAILWAY COMPANY LIMITED
- Contact Name
- Iain Alexander
- Contact Email
- iain.alexander@chilternrailways.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- SUNDERLAND
- Postcode
- SR3 3XP
- Post Town
- Sunderland
- Country
- England
-
- Major Region (ITL 1)
- TLC North East (England)
- Basic Region (ITL 2)
- TLC4 Northumberland, Durham and Tyne & Wear
- Small Region (ITL 3)
- TLC44 Sunderland
- Delivery Location
- TLG3 West Midlands, TLI3 Inner London - West, TLI7 Outer London - West and North West, TLJ1 Berkshire, Buckinghamshire and Oxfordshire
-
- Local Authority
- Sunderland
- Electoral Ward
- Doxford
- Westminster Constituency
- Houghton and Sunderland South
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/080368-2025
5th December 2025 - Tender notice on Find a Tender
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-05f033-2025-12-05T17:43:34Z",
"date": "2025-12-05T17:43:34Z",
"ocid": "ocds-h6vhtk-05f033",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-03007939",
"name": "THE CHILTERN RAILWAY COMPANY LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "03007939"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PNPV-7838-DRMN"
}
],
"address": {
"streetAddress": "1 Admiral Way",
"locality": "Sunderland",
"postalCode": "SR3 3XP",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKC23"
},
"contactPoint": {
"name": "Iain Alexander",
"email": "iain.alexander@chilternrailways.co.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "privateUtility",
"scheme": "UK_CA_TYPE",
"description": "Private utility"
}
]
}
}
],
"buyer": {
"id": "GB-COH-03007939",
"name": "THE CHILTERN RAILWAY COMPANY LIMITED"
},
"tender": {
"id": "ocds-h6vhtk-05f033",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Train Fleet Cleaning Services",
"description": "Train fleet cleaning services, including berth cleaning, turn-around cleaning, and exterior cleaning, more fully described in the Draft Contract, across Chiltern Railways' fleet, specifically class 165, 168, and 196 diesel multiple units, and mark 5A loco hauled by class 68 loco. The Services shall be performed at the following locations: * Aylesbury Depot * Aylesbury South Sidings * Banbury Depot * Birmingham Moor Street Station * Marylebone Station * Oxford Station * Stourbridge Depot * Wembley Depot The Supplier shall ensure trains are maintained in a safe, hygienic, and passenger ready condition in accordance with the performance standards set out in the Draft Contract. The Supplier is responsible for providing train cleaning operatives for the cleaning in a variety of ways a minimum of 263 rail carriages and ensuring adaptability to new rolling stock as required.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "63711000",
"description": "Support services for railway transport"
},
{
"scheme": "CPV",
"id": "90917000",
"description": "Cleaning services of transport equipment"
}
],
"deliveryAddresses": [
{
"region": "UKG3",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI3",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI7",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ1",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 15000000,
"amount": 12500000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "This procurement will consist of 4 Stages. Stage 1 - Invitation to Participate (ITP) which includes a procurement specific questionnaire (PSQ). Bidders who are successfully shortlisted in Stage 1 will be invited to participate in Stage 2. Stage 2 - Invitation to Submit Final Tenders (ISFT). Stage 3 - Best and Final Offers Stage 4 - Contract Award."
},
"mainProcurementCategory": "services",
"specialRegime": [
"utilities"
],
"aboveThreshold": true,
"submissionMethodDetails": "Access to the procurement documents is restricted. Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge. To access the Procurement Documents: 1) Follow this link https://chilternrailways.marketdojo.com/events/174024 2) Complete and/or change any mandatory registration fields. 3) You will then be taken to the Invite screen where you can choose to Accept or Decline the Event or to send a message if you need more information. 4) Await acceptance by CRCL to allow you to view the full Event details. Tenders or requests to participate must be submitted electronically via the above-mentioned link. NOTE: If you already have an account, you can use the invite code on your 'Manage Invite' screen. Invitation Code: F28A9CCDE7.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2026-01-05T12:00:00Z",
"awardPeriod": {
"endDate": "2026-03-02T23:59:59Z"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 15000000,
"amount": 12500000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"description": "Refer to the draft Invitation to Tender for details.",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Legal",
"description": "Refer to the draft Invitation to Tender for details.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"description": "Refer to the draft Invitation to Tender for details.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"minimumCandidates": 3,
"maximumCandidates": 5
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "CHILTERN is entitled to terminate the Contract in full by giving not less than 3 months written notice. TUPE applies and any transfer of staff will be dealt with in accordance with TUPE. Have, or can commit to obtain, prior to the award of the contract, the following levels of insurance cover: (a) Employer's (Compulsory) Liability Insurance = PS10m (b) Public Liability Insurance = PS10m (c) Professional Indemnity Insurance = PS5m (d) Product Liability Insurance = PS10m Comply with the Arriva Code of Conduct. Please see ITP for further details."
},
{
"type": "technical",
"description": "Please confirm that you hold the following qualifications and standards: ISO 9001, ISO 45001 or ISO 14001 If you do not hold any of the qualifications/standards listed above then please provide details of other equivalent standards that equal or exceed what has been requested. If you are in the process of gaining these accreditations, please provide evidence. If you are awarded the contract, this accreditation will need to be gained before the contract is awarded. It is a requirement that the Bidder can demonstrate their experience by providing details of where they have successfully implemented train cleaning services for an organisation of a similar size and with a Specification to those detailed in this ITP. The Bidder us to demonstrate with evidence how they approached Health and Safety and Occupational Health when carrying out services of a similar size, scope, nature and complexity as detailed in the draft Contract."
},
{
"description": "Please see Invitation to Participate for details.",
"forReduction": true
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2029-03-31T23:59:59+01:00",
"maxExtentDate": "2031-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Extensions will be granted dependent on the suppliers performance throughout the contract, including service level criteria."
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "080368-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/080368-2025",
"datePublished": "2025-12-05T17:43:34Z",
"format": "text/html"
}
]
},
"language": "en"
}