Northern Trains Limited (NTL): Dynamic Purchasing System ('DPS') for Provision of Gateline Infrastructure and Support Services

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

Notice Summary
Title: Dynamic Purchasing System ('DPS') for Provision of Gateline Infrastructure and Support Services
Notice type: Contract Notice - Utilities
Authority: Northern Trains Limited (NTL)
Nature of contract: Services
Procedure: Restricted
Short Description: The purpose of this notice is to establish a Dynamic Purchasing System (DPS) for the provision of Gateline Infrastructure and Support Services including installation, commissioning, ongoing maintenance and operation of new Gateline Infrastructure. The arrangement will also include decommissioning of Gateline Infrastructure where required.
Published: 18/10/2024 15:10
This opportunity is currently OPEN. To respond to the opportunity, please click Register Interest and follow the on-screen instructions.

View Full Notice

UK-York: Installation services of electrical and mechanical equipment.
Section I: Contracting Authority
      I.1) Name and addresses
             Northern Trains Limited, 03076444
             George Stephenson House, Toft Green, York, YO1 6JT, United Kingdom
             Tel. +44 7827937566, Email: robin.horsman@northernrailway.co.uk
             Contact: Robin Horsman
             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/
      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: Dynamic Purchasing System ('DPS') for Provision of Gateline Infrastructure and Support Services       
      Reference Number: PL-24-348-DOHL
      II.1.2) Main CPV Code:
      51100000 - Installation services of electrical and mechanical equipment.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The purpose of this notice is to establish a Dynamic Purchasing System (DPS) for the provision of Gateline Infrastructure and Support Services including installation, commissioning, ongoing maintenance and operation of new Gateline Infrastructure. The arrangement will also include decommissioning of Gateline Infrastructure where required.       
      II.1.5) Estimated total value:
      Value excluding VAT: 215,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
   
      
      II.2.2) Additional CPV codes:
      51100000 - Installation services of electrical and mechanical equipment.
      72000000 - IT services: consulting, software development, Internet and support.
      32410000 - Local area network.
      48000000 - Software package and information systems.
      30233300 - Smart card readers.
      48810000 - Information systems.
      48900000 - Miscellaneous software package and computer systems.
      30200000 - Computer equipment and supplies.
      50220000 - Repair, maintenance and associated services related to railways and other equipment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Northern Trains Limited (NTL) is a Train Operating Company (TOC) that operates passenger rail services across the North of England. NTL is publishing this notice on behalf of itself and a number of 'Contracting Utilities/Authorities' including Train Operating Companies in Great Britain, Network Rail, and a number of Local Transport Authorities (see Section VI.3 below) to establish a Dynamic Purchasing System (DPS) for the supply, installation, commissioning, ongoing maintenance and operation of Gateline Infrastructure that will enable NTL and the Contracting Utilities/Authorities to run competitions for their requirements among suppliers appointed to the DPS. The services include: a) Supply of New Gateline infrastructure - including the mechanical components required to control passenger access to designated areas; bank-card readers that possess the necessary certification for compliant use; ITSO card and bar-code readers; b) Installation of New Gateline Infrastructure - including any connections to systems and networks. c) Commissioning Services of New Gateline Infrastructure - including any testing and commissioning compliant with all rail industry and other required compliance requirements and standards. d) Ongoing Maintenance and Operation - including device management to enable the operation of new Gateline Infrastructure to effective operational levels, providing an acceptable level of service to the public; and e) Decommissioning of Gateline Infrastructure. The nature of the arrangement is that new equipment will be supplied under a Master Supply Agreement and ongoing maintenance and support services provided under a Support Services Agreement. Gateline Infrastructure equipment is expected to have a lifecycle of up to 15years and it is anticipated that NTL and Contracting Utilities/Authorities will look to have full asset maintenance during this period. Therefore, Support Services Agreements and any associated work orders are likely be put in place to cover this timeline. These requirements will be subject to competitive tendering among the members of the DPS in accordance with the rules of the restricted procedure as required by, and subject to, regulation 52 of the Utilities Contracts Regulations 2016. Specific contracts will be awarded according to those rules by the NTL or Contracting/Utilities Authorities in accordance with their specific requirements as set out in individual procurements under the DPS. Suppliers appointed to the DPS will be required to enter into a DPS Agreement setting out the terms on which the DPS will operate including the standard terms and conditions that will be applicable to individual procurements under the DPS.
      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: 215,000,000       
      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: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      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:
      Accounts: Copies of audited accounts, or alternative means of demonstrating financial status, for the last two years. A minimum level of economic and financial standing and/or a minimum financial threshold for the following: * Net income. * Current ratio (i.e. current assets / current liabilities). * Adjusted current ratio (i.e. current assets / current liabilities (including debt due between 1 and 2 years)). * Capital gearing ratio (i.e. long term total borrowings / equity share capital). * Debt to earnings ratio (i.e. total borrowings / EBITDA). Suitable rating from the credit monitoring service ‘Creditsafe’ (or equivalent rating agency). Alternatively, details of the actual number or ratio and the reasons for the divergence from the stated required level. Insurance Levels: Employer's (Compulsory) Liability Insurance Public Liability Insurance Professional Indemnity Insurance Product Liability Insurance    
      Minimum level(s) of standards possibly required (if applicable) :       
      Accounts: * Net income: the Applicants net income is positive for the two previous financial years. * Current ratio (i.e. current assets / current liabilities): the Applicants current ratio is greater than or equal to 1.1 for the two previous financial years. * Adjusted current ratio (i.e. current assets / current liabilities (including debt due between 1 and 2 years)): the Applicants adjusted current ratio is greater than or equal to 1.0 for the two previous financial years. * Capital gearing ratio (i.e. long term total borrowings / equity share capital): the Applicants capital gearing ratio is less than or equal to 1.0 for the two previous financial years. * Debt to earnings ratio (i.e. total borrowings / EBITDA): the Applicants debt to earnings ratio is less than or equal to 5:0 for the two previous financial years. A rating of over 51 from the credit monitoring service ‘Creditsafe’ (or equivalent rating agency). Insurance Levels: Employer's (Compulsory) Liability Insurance = £10m in any one claim Public Liability Insurance = £10m in any one claim Professional Indemnity Insurance = £10m in any one claim and in the aggregate. Product Liability Insurance = £10m in any one claim and in the aggregate.    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Evidence of relevant experience with contract examples inc. details of up to three contracts, in any combination from either the public or private sector; voluntary, charity or social enterprise (VCSE) that are relevant to the requirement. Alternatively, a suitable explanation where at least one example cannot be provided.    
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.4) Objective rules and criteria for participation
            Confirmation via a DPS Appointment form of the acceptance of the terms on which the DPS will operate.    
      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 RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided               
         The procurement involves the setting up of a dynamic purchasing system                    
         In the case of framework agreements justification for any duration exceeding 8 years: Not Provided    
   
   
   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: 18/11/2024 Time: 11:00
      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:
         Duration in month(s): 4
      
      

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: In addition to Northern Trains Ltd the participating Contracting Utilities/Authorities to this DPS are: Combined Authorities https://www.local.gov.uk/topics/devolution/devolution-online-hub/devolution-explained/combined-authorities Regional Transport Bodies https://transportactionnetwork.org.uk/campaign/wales-scotland-regions/english-regions/summary-of-regional-transport-bodies/ Agencies and Public Bodies of the Department for Transport Departments, agencies and public bodies - GOV.UK (www.gov.uk) Passenger Transport executives https://www.urbantransportgroup.org/members UK Train Operating Companies and Station Operators https://www.orr.gov.uk/about/who-we-work-with/industry/train-operating-companies The value provided in Section II.1.5) is only an estimate. NTL cannot guarantee to suppliers any business through this DPS. NTL and the Contracting/Utility Authorities expressly reserve the right: (i) not to appoint any suppliers to the DPS referred to in this notice; and (ii) to make whatever changes they may see fit to the content and structure of the tendering competition; and in no circumstances will the customer be liable for any costs incurred by the suppliers.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-York:-Installation-services-of-electrical-and-mechanical-equipment./8BBTJPD8RV

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/8BBTJPD8RV
   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: 18/10/2024

Annex A


View any Notice Addenda

View Award Notice