Northern Trains Limited (NTL) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Track Maintenance Across Northern Trains Depots and Outstations |
Notice type: | Contract Notice - Utilities |
Authority: | Northern Trains Limited (NTL) |
Nature of contract: | Supplies |
Procedure: | Negotiated with competition |
Short Description: | This covers the patrolling of track and carrying out preventative maintenance within the depots operated by Northern Trains at various locations across the North of England in accordance with the Network Rail Line Specification RT/CE/S/037 and associated standards along with Depot Lease agreements and their associated annexes. |
Published: | 29/01/2025 08:54 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Northern Trains Limited
George Stephenson House, Toft Green York YO1 6JT, York, Yo1 6JT, United Kingdom
Tel. +44 7876858459, Email: rory.walker@northernrailway.co.uk
Contact: rory walker
Main Address: https://www.northernrailway.co.uk/
NUTS Code: UKE21
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.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at: https://www.delta-esourcing.com
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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, at: Not provided
I.6) Main activity:
Railway services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Track Maintenance Across Northern Trains Depots and Outstations
Reference Number: Not provided
II.1.2) Main CPV Code:
34941200 - Track rails.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: This covers the patrolling of track and carrying out preventative maintenance within the depots operated by Northern Trains at various locations across the North of England in accordance with the Network Rail Line Specification RT/CE/S/037 and associated standards along with Depot Lease agreements and their associated annexes.
II.1.5) Estimated total value:
Value excluding VAT: 7,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKC NORTH EAST (ENGLAND)
UKD NORTH WEST (ENGLAND)
II.2.4) Description of procurement: the scope of works covers patrolling of track and carrying out preventative maintenance within the depots operated by Northern Rail across the North of England. This tender must ensure that Northern Trains limited delivers out its obligations under the Depot lease agreements, through a robust maintenance contract. The works are to be conducted in accordance with the Network Rail Line Specification RT/CE/S/037 and associated standards along with Depot Lease agreements and their associated annexes. This includes: -
a)Routine track patrol Inspections for each depot location specified including routine Day to Day track maintenance work as outlined within the specification.
b)6 monthly and annual full track inspections
c)Track Maintenance Work Repairs Arising (Unscheduled Repairs)
d)Planned track maintenance renewals (Planned Maintenance Works)
e)Emergency Response to Track Defects, Derailments and Call Out Provision
f)Maintenance of signalling equipment
g)Maintenance of OHLE
h)Maintenance of switch heating systems
i)Annual independent track inspection
The locations that this cover
Heaton Depot
Hull Botanical Gardens
Sheffield Depot
Skipton Depot
Newton Heath Depot
Blackpool Depot
Barrow Depot
Allerton Depot
Wigan Springs Branch Depot
Blackburn Depot
Longsight, Manchester International Depot (MID)
Neville Hill Depot
Preston Depot
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 40%
Quality criterion - Name: Social Value / Weighting: 10%
Cost criterion - Name: Price / Weighting: 50%
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of cadidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The initial term will be for 5 years with a 2 year option to extend the agreement.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.4) Objective rules and criteria for participation
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.1.6) Deposits and guarantees required:
Not Provided
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description NEGOTIATED_WITH_COMPETITION
IV.1.1) Type of procedure: Competitive procedure with negotiation
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 8 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 28/02/2025
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-York:-Track-rails./4U5H357F2M
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4U5H357F2M
VI.4) Procedures for review
VI.4.1) Review body:
northern trains limited
George Stephenson House, Toft Green York YO1 6JT, York, Yo1 6JT, United Kingdom
Tel. +44 7876858459, Email: rory.walker@northernrailway.co.uk
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 lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 29/01/2025
Annex A