Northern Trains Limited (NTL) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Waste Removal and Recycling Services |
Notice type: | Contract Notice - Utilities |
Authority: | Northern Trains Limited (NTL) |
Nature of contract: | Services |
Procedure: | Negotiated with competition |
Short Description: | The key requirement of this procurement is to establish a Framework Agreement with a single economic operator that will enable Northern Trains Limited (NTL) (and SE Trains Limited (SETL), London North Eastern Railway Limited (LNER), TransPennine Trains Limited (TPE) and other Affiliates, who are listed on the Contract Notice) to enter into respective Call-Off Contracts under the Framework Agreement in relation to the supply of Waste Removal and Recycling Services as may be required by the NTL and the Affiliates. |
Published: | 15/02/2024 17:17 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Northern Trains Limited (NTL
George Stephenson House, Toft Green, Toft Green, York, YO1 6JT, United Kingdom
Tel. +44 7977596998, Email: Alicja.Zdobylak@northernrailway.co.uk
Contact: Alicja Zdobylak
Main Address: www.northernrailway.co.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: Yes.
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:-Refuse-and-waste-related-services./7V7T7855DF
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: Waste Removal and Recycling Services
Reference Number: Not provided
II.1.2) Main CPV Code:
90500000 - Refuse and waste related services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The key requirement of this procurement is to establish a Framework Agreement with a single economic operator that will enable Northern Trains Limited (NTL) (and SE Trains Limited (SETL), London North Eastern Railway Limited (LNER), TransPennine Trains Limited (TPE) and other Affiliates, who are listed on the Contract Notice) to enter into respective Call-Off Contracts under the Framework Agreement in relation to the supply of Waste Removal and Recycling Services as may be required by the NTL and the Affiliates.
II.1.5) Estimated total value:
Value excluding VAT: 60,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
90513000 - Non-hazardous refuse and waste treatment and disposal services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The key requirement of this procurement is to establish a Framework Agreement with a single economic operator that will enable Northern Trains Limited (NTL) (and SE Trains Limited (SETL), London North Eastern Railway Limited (LNER), TransPennine Trains Limited (TPE) and other Affiliates, who are listed on the Contract Notice) to enter into respective Call-Off Contracts under the Framework Agreement in relation to the supply of Waste Removal and Recycling Services as may be required by the NTL and the Affiliates. Northern Trains Limited (‘NTL’) will be the awarding entity on this Framework. NTL and the Affiliates may (at their discretion) enter into a Call-Off Contract with the Contractor at the conclusion of the procurement process. There is no obligation from any Utility to enter into any Call-Off Contract under this Framework Agreement. The Framework will be let for an initial period of 4 (four) years with 2 (two) optional renewal terms. Each Renewal Term shall be a period of 2 (two) years. The estimated total value of the Framework is £60,000,000 across its whole duration (8 years). This value has been estimated across all 9 (nine) Utilities mentioned on this notice, who may wish to enter into Call-Off Contracts with the winning Bidder. Estimated annual values for NTL, LNER, SETL and TPE are outlined in the tender documents. Waste Removal and Recycling Services will require a provision of Non-Hazardous, Hazardous and Confidential Waste to NTL and the Affiliates, who are based across the UK.
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: 60,000,000
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: Yes
Description of renewals: The Framework will be let for initial period of 4 (four) years with 2 (two) optional renewal terms. Each Renewal Term shall be a period of 2 (two) years.
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
Selection criteria as stated in the procurement documents
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
Selection criteria as stated in the procurement documents
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: Yes
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
Framework agreement with a single operator
Envisaged maximum number of participants to the framework agreement:
Not Provided
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: Yes.
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: No
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: 18/03/2024 Time: 18:00
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): 6
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:-Refuse-and-waste-related-services./7V7T7855DF
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7V7T7855DF
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: 15/02/2024
Annex A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Entity
LONDON NORTH EASTERN RAILWAY LIMITED
West Offices, Station Rise, York, YO1 6GA, United Kingdom
Email: Sharon.Dodds@lner.co.uk
Main Address: https://www.lner.co.uk/
NUTS Code: UK
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Entity
SE TRAINS LIMITED
Second Floor, 4 More London Riverside, London, SE1 2AU, United Kingdom
Email: Amy.Innes@southeasternrailway.co.uk
Main Address: https://www.southeasternrailway.co.uk/
NUTS Code: UK
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Entity
TRANSPENNINE TRAINS LIMITED
Great Minster House, 2nd Floor Franchise Resilience And Mobilisation Team, 33 Horseferry Road, London, SW1P 4DR, United Kingdom
Email: simon.jackson@tpexpress.co.uk
Main Address: https://www.tpexpress.co.uk/
NUTS Code: UK
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
4: Contracting Entity
NETWORK RAIL INFRASTRUCTURE LIMITED
Waterloo General Office, London, SE1 8SW, United Kingdom
Email: alicja.zdobylak@northernrailway.co.uk
Main Address: https://www.networkrail.co.uk/
NUTS Code: UK
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
5: Contracting Entity
THE CHILTERN RAILWAY COMPANY LIMITED
Arriva Plc, 1 Admiral Way, Doxford International Business Park, Sunderland, SR3 3XP, United Kingdom
Email: Alicja.Zdobylak@northernrailway.co.uk
Main Address: https://www.chilternrailways.co.uk/
NUTS Code: UK
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
6: Contracting Entity
AVANTI WEST COAST LIMITED
The Point, 124 North Wharf Road, London, W2 1AF, United Kingdom
Email: Alicja.Zdobylak@northernrailway.co.uk
Main Address: https://www.avantiwestcoast.co.uk/
NUTS Code: UK
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
7: Contracting Entity
XC TRAINS LIMITED
C/O Arriva Plc 1 Admiral Way, Doxford International, Business Park, Sunderland, SR3 3XP, United Kingdom
Email: Alicja.Zdobylak@northernrailway.co.uk
Main Address: https://www.crosscountrytrains.co.uk/
NUTS Code: UK
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
8: Contracting Entity
WEST MIDLANDS TRAINS LIMITED
2nd Floor St Andrew's House, 18-20 St Andrew Street, London, EC4A 3AG, United Kingdom
Email: Alicja.Zdobylak@northernrailway.co.uk
Main Address: https://www.westmidlandsrailway.co.uk/
NUTS Code: UK