Northern Trains Limited (NTL) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Oil Sampling, Testing and Analysis Services & Effluent Discharge Consent Monitoring |
Notice type: | Contract Notice - Utilities |
Authority: | Northern Trains Limited (NTL) |
Nature of contract: | Services |
Procedure: | Negotiated with competition |
Short Description: | Lot 1: Oil Sampling, Testing and Analysis Services- To to provide oil analysis for Final Drive & Gearboxes, Engine, Fuel, Coolants and Transformers. The purpose of the oil sampling is to detect any problems at an early stage and therefore reducing downtime to possible breakdowns and preventing catastrophic failure of components. Oil sampling will also be used as evidence for Warranty claims. Long term oil sampling data will be used for trending and maintenance Optimisation purposes. Lot 2: Effluent Discharge Consent Monitoring- To provide changing and setting up of discharge consent and liaison with sewerage undertaker and provide NTL with their consents and processes. To provide support in any discharge consent breach investigation and resolution guidance, with assistance provided on site during sampling (if any testing and results are obtained on site) and away from site following sample analyses been sent out. |
Published: | 04/04/2024 15:30 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Northern Trains Limited
George Stephenson House, Toft Green, York, YO16JT, United Kingdom
Tel. +44 7816096407, Email: katie.hatton@northernrailway.co.uk
Contact: KATIE HATTON
Main Address: https://www.northernrailway.co.uk/
NUTS Code: UK
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
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-York:-Chemicals-and-oil-pollution-investigation-services./7VC3BVFD32
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: Oil Sampling, Testing and Analysis Services & Effluent Discharge Consent Monitoring
Reference Number: Not provided
II.1.2) Main CPV Code:
90715100 - Chemicals and oil pollution investigation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Lot 1: Oil Sampling, Testing and Analysis Services- To to provide oil analysis for Final Drive & Gearboxes, Engine, Fuel, Coolants and Transformers. The purpose of the oil sampling is to detect any problems at an early stage and therefore reducing downtime to possible breakdowns and preventing catastrophic failure of components. Oil sampling will also be used as evidence for Warranty claims. Long term oil sampling data will be used for trending and maintenance Optimisation purposes. Lot 2: Effluent Discharge Consent Monitoring- To provide changing and setting up of discharge consent and liaison with sewerage undertaker and provide NTL with their consents and processes. To provide support in any discharge consent breach investigation and resolution guidance, with assistance provided on site during sampling (if any testing and results are obtained on site) and away from site following sample analyses been sent out.
II.1.5) Estimated total value:
Value excluding VAT: 950,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: maximum number of lots: 1
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot 1 - Oil Sampling, Testing and Analysis Services
Lot No: 1
II.2.2) Additional CPV codes:
34621000 - Railway maintenance or service vehicles, and railway freight wagons.
90715100 - Chemicals and oil pollution investigation services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: To provide oil analysis for Final Drive & Gearboxes, Engine, Fuel, Coolants and Transformers. The purpose of the oil sampling is to detect any problems at an early stage and therefore reducing downtime to possible breakdowns and preventing catastrophic failure of components. Oil sampling will also be used as evidence for Warranty claims. Long term oil sampling data will be used for trending and maintenance Optimisation purposes. For more information about this opportunity, please visit the Delta portal at: https://www.delta-esourcing.com/tenders/??notice-title??/7VC3BVFD32 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/7VC3BVFD32 If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@delta-esourcing.com.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 920,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: 1 Year + 1 year
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
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: No
Description of options: Not provided
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: Social Value Portal link: https://app.socialvalueportal.com/s/supplierregistration?svpprojectid=Sl0-0000-0Koy This is required for 10% of the evaluation criteria
II.2) Description Lot No. 2
II.2.1) Title: Lot 2 - Effluent Discharge Consent Monitoring
Lot No: 2
II.2.2) Additional CPV codes:
34621000 - Railway maintenance or service vehicles, and railway freight wagons.
90715100 - Chemicals and oil pollution investigation services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: To provide changing and setting up of discharge consent and liaison with sewerage undertaker and provide NTL with their consents and processes. To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/8658UR779R If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@delta-esourcing.com.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 30,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: 1 year +1 year
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: No
Description of options: Not provided
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: Social Value Portal LINK: https://app.socialvalueportal.com/s/supplierregistration?svpprojectid=Sl0-0000-0Kp6P This is required for 10% weighting criteria.
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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
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: 16/05/2024 Time: 12:00
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:-Chemicals-and-oil-pollution-investigation-services./7VC3BVFD32
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7VC3BVFD32
VI.4) Procedures for review
VI.4.1) Review body:
Northern Trains Limited
George Stephenson House, Toft Green, York, YO1 6JT, United Kingdom
Tel. +44 7816096407
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: 04/04/2024
Annex A