Section one: Contracting entity
one.1) Name and addresses
Northern Trains Limited (NTL
George Stephenson House, Toft Green, Toft Green
York
YO1 6JT
Contact
Alicja Zdobylak
Alicja.Zdobylak@northernrailway.co.uk
Telephone
+44 7977596998
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
LONDON NORTH EASTERN RAILWAY LIMITED
West Offices, Station Rise
York
YO1 6GA
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
SE TRAINS LIMITED
Second Floor, 4 More London Riverside
London
SE1 2AU
Amy.Innes@southeasternrailway.co.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.southeasternrailway.co.uk/
one.1) Name and addresses
TRANSPENNINE TRAINS LIMITED
Great Minster House, 2nd Floor Franchise Resilience And Mobilisation Team, 33 Horseferry Road
London
SW1P 4DR
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
NETWORK RAIL INFRASTRUCTURE LIMITED
Waterloo General Office
London
SE1 8SW
alicja.zdobylak@northernrailway.co.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.networkrail.co.uk/
one.1) Name and addresses
THE CHILTERN RAILWAY COMPANY LIMITED
Arriva Plc, 1 Admiral Way, Doxford International Business Park
Sunderland
SR3 3XP
Alicja.Zdobylak@northernrailway.co.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.chilternrailways.co.uk/
one.1) Name and addresses
AVANTI WEST COAST LIMITED
The Point, 124 North Wharf Road
London
W2 1AF
Alicja.Zdobylak@northernrailway.co.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.avantiwestcoast.co.uk/
one.1) Name and addresses
XC TRAINS LIMITED
C/O Arriva Plc 1 Admiral Way, Doxford International, Business Park
Sunderland
SR3 3XP
Alicja.Zdobylak@northernrailway.co.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.crosscountrytrains.co.uk/
one.1) Name and addresses
WEST MIDLANDS TRAINS LIMITED
2nd Floor St Andrew's House, 18-20 St Andrew Street
London
EC4A 3AG
Alicja.Zdobylak@northernrailway.co.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.westmidlandsrailway.co.uk/
one.2) Information about joint procurement
The contract involves joint procurement
one.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 above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Waste Removal and Recycling Services
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £60,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the 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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £60,000,000
two.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.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.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
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
18 March 2024
Local time
6:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.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" target="_blank">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" target="_blank">https://www.delta-esourcing.com/respond/7V7T7855DF
GO Reference: GO-2024215-PRO-25182834
six.4) Procedures for review
six.4.1) Review body
Department for Transport
Great Minster House, 33 Horseferry Road,
London
SW1P 4DR
Country
United Kingdom