Northern Trains Limited (NTL): Website Services – Lot 2 Website Hosting Services

  Northern Trains Limited (NTL) is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Website Services – Lot 2 Website Hosting Services
Notice type: Contract Notice - Utilities
Authority: Northern Trains Limited (NTL)
Nature of contract: Services
Procedure: Negotiated with competition
Short Description: Northern Trains Limited are seeking an experienced website hosting partner that will host the Northern’s marketing website (https://www.northernrailway.co.uk/) and work closely with our website maintenance, support and development partner. Annual Value up to £80,000.
Published: 22/01/2024 17:17
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-York: Web server software development services.
Section I: Contracting Authority
      I.1) Name and addresses
             Northern Trains Limtied
             George Stephenson House, Toft Green, York, YO1 6JT, United Kingdom
             Tel. +44 7929708826, Email: Holly.peters@northernrailway.co.uk
             Contact: Holly Peters
             Main Address: 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/respond/C343R448RV
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/C343R448RV 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: Website Services – Lot 2 Website Hosting Services       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      72212222 - Web server software development services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Northern Trains Limited are seeking an experienced website hosting partner that will host the Northern’s marketing website (https://www.northernrailway.co.uk/) and work closely with our website maintenance, support and development partner. Annual Value up to £80,000.       
      II.1.5) Estimated total value:
      Value excluding VAT: 320,000       
      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:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Northern Trains (NTL) has chosen to run the procurement under the negotiated procedure with a prior call for competition under Regulation 47 of the Utilities Contract Regulations 2016.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 06/09/2024 / End: 05/09/2026       
      This contract is subject to renewal: Yes       
      Description of renewals: Following the ITN Stage, NTL proposes to enter into one contract with the successful Tenderer which will commence on 6th September 2024 and will run for an initial period of two (2) years. There will also be extension options for a further period of two (2) years (that can be taken in periods of 1+1).
      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: 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.2.1) 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: 22/02/2024 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 No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   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:-Web-server-software-development-services./C343R448RV

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/C343R448RV
   VI.4) Procedures for review
   VI.4.1) Review body:
             Department for Transport
       Great Minster House, 33 Horseferry Road, London, SW1P 4DR, United Kingdom
   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: 22/01/2024

Annex A


View any Notice Addenda

View Award Notice