Northern Trains Limited (NTL): Gateline Supply and Maintenance Agreement

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

Notice Summary
Title: Gateline Supply and Maintenance Agreement
Notice type: Contract Notice - Utilities
Authority: Northern Trains Limited (NTL)
Nature of contract: Services
Procedure: Negotiated with competition
Short Description: Gateline Supply and Maintenance Agreement which shall enable the supply, installation and commissioning of new gateline infrastructure alongside (as an option) the upgrade and update of existing gateline infrastructure assets. Services to be provided to maintain and operate the combined estate of both new and upgraded and updated gateline infrastructure over the term of the agreement. The Agreement will also include an option to decommission gateline infrastructure where required.
Published: 13/09/2023 16:24
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: Installation services of electrical and mechanical equipment.
Section I: Contracting Authority
      I.1) Name and addresses
             Northern Trains Limited
             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
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com 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: Gateline Supply and Maintenance Agreement       
      Reference Number: Not provided
      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: Gateline Supply and Maintenance Agreement which shall enable the supply, installation and commissioning of new gateline infrastructure alongside (as an option) the upgrade and update of existing gateline infrastructure assets. Services to be provided to maintain and operate the combined estate of both new and upgraded and updated gateline infrastructure over the term of the agreement. The Agreement will also include an option to decommission gateline infrastructure where required.       
      II.1.5) Estimated total value:
      Value excluding VAT: 50,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
   
      
      II.2.2) Additional CPV codes:
      72000000 - IT services: consulting, software development, Internet and support.
      32410000 - Local area network.
      48000000 - Software package and information systems.
      30144400 - Automatic fare collection.
      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:
      UKF EAST MIDLANDS (ENGLAND)
      UKC NORTH EAST (ENGLAND)
      UKE YORKSHIRE AND THE HUMBER
      UKD NORTH WEST (ENGLAND)
      
      II.2.4) Description of procurement: Northern Trains Limited (NTL), the "Utility", a Train Operating Company (TOC) that operates passenger rail services across the North of England, is undertaking this procurement process on behalf of a number of "Contracting Utilities" including Train Operating Companies in Great Britain, Network Rail, and a number of Local Transport Authorities. The requirement comprises a framework agreement for the supply and maintenance of Gateline Infrastructure that will enable members of the travelling public to access rail services at stations and other designated locations. 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 and Commissioning Services - of Gateline Infrastructure including any required sourcing and supply arrangements, planning, permissions, civils works, connection to all systems and networks, testing and commissioning compliant with all rail industry and other required compliance requirements and standards. An option to decommission Gateline Infrastructure is included within these services; c)The option for Upgrades to existing Gateline components - as may be required so that existing infrastructure or components may be updated and improved to reflect latest functionality and standards; d)Maintenance and Operation - including Device Management to enable the operation of both new and updated Gateline Infrastructure to effective operational levels, providing an acceptable level of service to the public; and e)Demonstrable delivery of Social Value The key objective of the procurement is to establish a framework agreement with a single economic operator that will enable NTL "the Utility" (and the other Contracting Utilities listed on this notice) to enter into their own respective Agreements under the framework following conclusion of the procurement exercise. The nature of the Gateline Supply and Maintenance Agreement is that both supply, works and services will be 'called-off' by the Utility and Contracting Utilities in accordance with their specific requirements following contract award and in accordance with a 'call-off' procedure that will be subject to negotiation during the procurement process. The value of the Gateline Supply and Maintenance Agreement will therefore depend upon the level of subscription to the framework, however the estimated value is based upon supply and commissioning of 500 Gateline Infrastructure components and their operation and maintenance over the initial contract term and two extension periods. 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. Given the subject matter of the framework agreement and the exceptional circumstances that apply in respect of award of a contract to single economic operator and proprietary nature of maintenance and operation obligations, the term of the agreement will exceed 8 years as set out in Clause 51(3) of the Utilities Contracts Regulations 2016. The contract term for the Gateline Supply and Maintenance Agreement is consequently a five-year initial term with two options for further 5-year extensions.
      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: 50,000,000       
      Currency: GBP       
      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: Yes
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Options for extension- 2 x 60 months The Services to •update and upgrade existing Gateline infrastructure; and •to decommission Gateline Infrastructure; will be set out as Options within the ITN documentation.
      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:          
      Interested suppliers should note that this contract will be awarded by a negotiated procedure with further publication of a call for competition/contract notice. Interested suppliers must obtain a selection questionnaire by registering an expression of interest for the opportunity entitled 'Gateline Supply and Maintenance Agreement on the Delta eTendering application via https://www.delta-esourcing.com Any submissions that are not submitted by the Delta eTendering tool will be disqualified. Contract to be governed by English Law. NTL expressly reserves the right: 1) not to award any contract as a result of the procurement process commenced by the publication of this notice; 2) to make whatever changes it may see fit to the content and structure of the tendering competition; 3) to amend (a) contract(s) in respect of any part(s) of the services covered by this notice; and 4) to award contract(s) in stages and in no circumstances will NTL be liable for any costs incurred by candidates. Variant bids may be permissible within the parameters to be set out in the tender documentation. An online 'Bidders Event' will be hosted on Microsoft Teams - Live on the 3rd October 2023 and will include a short presentation on the scope and timeframe of the procurement process. Please contact Holly Peters at holly.peters@northernrailway.co.uk in order to register an intention to attend.    
      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    
         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: Given the subject matter of the framework agreement and the exceptional circumstances that apply in respect of award of a contract to single economic operator and proprietary nature of maintenance and operation obligations, the term of the agreement will exceed 8 years as set out in Clause 51(3) of the Utilities Contracts Regulations 2016. The contract term for the Gateline Supply and Maintenance Agreement is consequently a five-year initial term with two options for further 5-year extensions.    
   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: 24/10/2023 Time: 10:00
      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: In addition to Northern Trains Ltd the participating Contracting Utilities to this agreement are: Official name Greater Man chester Combined Authority (GMCA) Postal address: Tootal Buildings, 56 Oxford Street, Manchester M1 6EU Country United Kingdom (UK) - ------------------- Official name Transport for the North Postal address: Ground Floor, West Gate, Grace Street Town Leeds Postal code LS1 2RP Country United Kingdom (UK) - ------------------- Official name: South Yorkshire Mayoral Combined Authority Postal address: 11 Broad Street West Town Sheffield Postal code S1 2BQ Country United Kingdom (UK) - ------------------- Official name Liverpool City Region Combined Authority Postal address: 1 Mann Island, Liverpool L3 1BP, UK. Country United Kingdom (UK) - ------------------- Official name: Tyne and Wear Passenger Transport Executive Postal address: Nexus House, St James' Boulevard Town Newcastle upon Tyne Postal code NE1 4AX Country United Kingdom (UK) - ------------------- Official name: Transport for West Midlands (West Midlands Combined Authority) Postal address: Centro House, 16 Summer Lane Town Birmingham Postal code B19 3SD Country United Kingdom (UK) - ------------------- Official name: West Yorkshire Combined Authority Postal address: Wellington House, 40-50 Wellington Street Town Leeds Postal code LS1 2DE Country United Kingdom (UK) - ------------------- Official name: Trenitalia c2c Limited Postal address: 7th Floor, Centennium House, 100 Lower Thames Street, London, EC3R 6DL. Country United Kingdom (UK) - ------------------- Official name: First Trenitalia West Coast Rail Limited Postal address: 8th Floor The Point, 37 North Wharf Road, London, United Kingdom, W2 1AF Country United Kingdom (UK) - ------------------- Official name: The Chiltern Railway Company Limited Postal address: 1 Admiral Way, Doxford International Business Park, Sunderland SR3 3XP. Country United Kingdom (UK) - ------------------- Official name: Abellio East Midlands Limited Postal address: 2nd Floor St Andrew's House, 18-20 St Andrew Street, London, EC4A 3AG. Country United Kingdom (UK) - ------------------- Official name: Govia Thameslink Railway Ltd Postal address: 3rd Floor, 41-51 Grey Street, Newcastle upon Tyne, NE1 6EE Country United Kingdom (UK) - ------------------- Official name: First Greater Western Limited Postal address: Milford House, 1 Milford Street, Swindon, SN1 1HL. Country United Kingdom (UK) - ------------------- Official name: Abellio East Anglia Ltd Postal address: 2nd Floor St Andrew's House, 18-20 St Andrew Street, London, EC4A 3AG. Country United Kingdom (UK) - ------------------- Official name: Heathrow Express Operating Company Limited. Postal address: The Compass Centre, Nelson Road, Hounslow, Middlesex, TW6 2GW Country United Kingdom (UK) - ------------------ Official name: London North Eastern Railway Limited. Postal address: West Offices, Station Rise, York,YO1 6GA Country United Kingdom (UK) - ------------------ Official name: West Midlands Trains Ltd Postal address: 2nd Floor St Andrew's House, 18-20 St Andrew Street, London, EC4A 3AG Country United Kingdom (UK) - ------------------- Official name: MerseyRail Electrics 2002 Postal address: 9th Floor Rail House, Lord Nelson Street, Liverpool, L1 1JF Country United Kingdom (UK) - ------------------- Official name: ScotRail Trains Ltd Postal address: Atrium Court, 50 Waterloo Street, Glasgow, Scotland, G2 6HQ Country United Kingdom (UK) - ------------------- Official name: First MTR South Western Trains Limited Postal address: 8th Floor The Point, 37 North Wharf Road, London, United Kingdom, W2 1AF Country United Kingdom (UK) - ------------------- Official name: SE Trains Limited Postal address: Second Floor, 4 More London Riverside, London SE1 2AU Country United Kingdom (UK) - ------------------- Official name: Govia Thameslink Railway Ltd. Postal address: 3rd Floor, 41-51 Grey Street, Newcastle upon Tyne, NE1 6EE. Country United Kingdom (UK) - ------------------ Official name: Transpennine Trains Limited Postal address: Great Minster House, 2nd Floor Franchise Resilience And Mobilisation Team, 33 Horseferry Road, London, England, SW1P 4DR Country United Kingdom (UK) - ------------------- Official name: Transport for Wales Ltd Postal address: 3 Llys Cadwyn, Pontypridd, CF37 4TH. Country United Kingdom (UK) - ------------------- Official name: Eurostar International Ltd Postal address: 6th Floor, Kings Place, 90 York Way, London, England, N1 9AG Country United Kingdom (UK) - ------------------- Official name: Network Rail Limited Postal address: Waterloo General Office, London, United Kingdom, SE1 8SW Country United Kingdom (UK) -------------------
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=808964326
   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: 13/09/2023

Annex A


View any Notice Addenda

UK-York: Installation services of electrical and mechanical equipment.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Northern Trains Limited
       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

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Gateline Supply and Maintenance Agreement      Reference number: Not Provided      
   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: Gateline Supply and Maintenance Agreement which shall enable the supply, installation and commissioning of new gateline infrastructure alongside (as an option) the upgrade and update of existing gateline infrastructure assets. Services to be provided to maintain and operate the combined estate of both new and upgraded and updated gateline infrastructure over the term of the agreement. The Agreement will also include an option to decommission gateline infrastructure where required.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 21/09/2023

VI.6) Original notice reference:

   Notice Reference:    2023 - 608152   
   Notice number in OJ S:    2023/S 000 - 027155
   Date of dispatch of the original notice: 13/09/2023

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: I.3          
         Lot No: Not provided          
         Place of text to be modified: 1.3 Communication          
         Instead of: 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 electronically via https://www.delta-esourcing.com 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          
         Read: The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-York:-Installation-services-of-electrical-and-mechanical-equipment./WQF72YKN76 Additional information can be obtained from: the above mentioned address Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/WQF72YKN76 the above mentioned 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: https://www.delta-esourcing.com/tenders/UK-York:-Installation-services-of-electrical-and-mechanical-equipment./WQF72YKN76
                                    
   
VII.2) Other additional information: For more information about this opportunity, please visit the Delta portal at: https://www.delta-esourcing.com/tenders/UK-York:-Installation-services-of-electrical-and-mechanical-equipment./WQF72YKN76 To respond to this opportunity, please click here: https://www.deltaesourcing.com/respond/WQF72YKN76 If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on 0800 923 9236.
Access code- WQF72YKN76
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./WQF72YKN76

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/WQF72YKN76


View Award Notice