Tender

Liquid Waste Removal and Drainage Services

  • NORTHERN TRAINS LIMITED

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-009104

Procurement identifier (OCID): ocds-h6vhtk-060a98 (view related notices)

Published 2 February 2026, 3:52pm



Scope

Description

Northern Trains Limited ('NTL') is planning on going out to tender for the procurement of Liquid Waste Removal and Drainage Services across NTL's network.

The aim of the procurement is to establish a single supplier framework agreement with the winning tenderer, which NTL will be able to call-off from.

NTL conducts train maintenance activities across a number of locations. Currently, there are 11 of these locations, but the number of sites may increase or reduce in future. NTL are looking for a service provider to remove liquid waste from assets which includes, but is not limited to, the following:

-Waste tanks, containing fluid drained from trains (coolant and oil)

- Oil/Water separators (sludge, water and oil)

- Septic tanks

- Drainage

The objectives of this tender are:

- Inclusion of drain jetting, clearance and CCTV in line with responsibilities laid out in NTL's lease agreements.

-Ensure that drains within TCC maintenance areas are kept clear of sediment, especially sand, to allow continued operation of engineering production

- To assist in maintaining or achieving zero waste to landfill target.

The Service Provider will be responsible for assessing waste and ensuring the waste is accurately described in accordance with waste regulations and hazardous waste regulations:

- Assignment of EWC code and associated description

- Identification and documentation of transportation hazards and control measures

- Any other information required to complete a waste consignment/transfer note

For each collection, a laboratory analysis of samples must be undertaken by a UKAS Certified Laboratory. This analysis must be used to produce the waste consignment note and made available to the relevant site contact along with a copy of the consignment note 3 x days prior to waste being removed.

The framework agreement may be novated or assigned by NTL to Train Operating Companies, or to DFT Operator Limited (company number: 07141122) or any successor parent company to a Train Operating Company, following a corporate restructuring or similar circumstance.

Where used throughout this notice, the meaning of Train Operating Companies includes all and any of those train operating companies who, currently or in the future, provide services for the carriage of passengers by railway:

under a franchise agreement with the Secretary of State within the meaning of section 23(3) of the Railways Act 1993 or

under, or secured under, the Secretary of State's duty in section 30(1) of the Railways Act 1993; or

in accordance with legislation which supersedes or amends the powers referred to in a) and b), including where such powers are transferred from the Secretary of State to another body. 

The list of current providers of services for the carriage of passengers by railway under these provisions can be found at https://www.gov.uk/guidance/public-register-of-rail-passenger-contracts.

NTL expressly reserves the right:

-not to award any suppliers the contract referred to in this notice; and

-in no circumstances will the customer be liable for any costs incurred by the suppliers.

Commercial tool

Establishes a framework

Total value (estimated)

  • £2,600,000 excluding VAT
  • £3,120,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 July 2026 to 1 July 2030
  • Possible extension to 1 July 2034
  • 8 years, 1 day

Description of possible extension:

The Contract will be let for an initial term of four (4) years. Following the expiry of the initial term, NTL may, at its sole discretion, exercise up to two (2) extension options of two (2) years each (a potential maximum contract duration of eight (8) years).

Extensions may be considered where:

Service performance has consistently met or exceeded the required KPIs, including compliance, responsiveness, environmental standards, and reporting obligations.

Operational continuity is desirable to avoid service disruption, particularly where ongoing site‑specific knowledge or specialist waste-handling expertise is beneficial.

Value for money can be demonstrated, including benchmarking or a review showing that the extension period remains commercially advantageous.

Regulatory compliance continues to be maintained, with the supplier remaining appropriately licensed for handling, transporting, and disposing of liquid waste.

Business needs remain unchanged, and the scope and volume of liquid waste removal services are still required in line with the existing specification.

If both extension options are applied, the breakdown is as follows:

Initial Term: 4 years

Extension Option 1: 2 years

Extension Option 2: 2 years

Maximum Contract Duration: 8 years total

Options

The right to additional purchases while the contract is valid.

NTL may request additional deliverables or services that are not explicitly listed in the scope of this procurement. Where such requirements arise, pricing will be agreed within the relevant work order, subject to the following conditions:

-Any pricing related to design, build, or management services must remain consistent with the rates set out in the framework.

-All agreed prices must be clearly linked to comparable items already included in the framework pricing schedule.

-The appointed supplier will be required to provide supporting evidence to justify the proposed pricing.

Main procurement category

Services

CPV classifications

  • 45232410 - Sewerage work
  • 90400000 - Sewage services
  • 90510000 - Refuse disposal and treatment
  • 90520000 - Radioactive-, toxic-, medical- and hazardous waste services

Contract locations

  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber

Framework

Maximum number of suppliers

1

Maximum percentage fee charged to suppliers

0%

Framework operation description

This framework agreement will be established as a single-supplier arrangement.

NTL will have the ability to directly award contracts to the appointed supplier.

Framework pricing will be based on the successful supplier's final tender submission and will constitute the applicable charges under the agreement.

Award method when using the framework

Without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Submission type

Tenders

Tender submission deadline

16 March 2026, 5:00pm

Submission address and any special instructions

https://www.delta-esourcing.com/

Tenderbox Reference: BDGN4R5X52

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

20 May 2026


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Cost Cost 50%
Technical (Quality) Quality 40%
Social Value Quality 10%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Utilities

Competitive flexible procedure description

The Tender stages will be run as follows:

Stage 1

All interested suppliers may apply to participate in this procurement via https://www.deltaesourcing.com using Tenderbox Reference: BDGN4R5X52.

Optional site visits may be undertaken where applicable.

Following submission, Tender Responses will initially be checked for compliance, including that all required returnables for the response have been submitted. If NTL does not consider a Tender Response compliant, it reserves the right not to carry out any further evaluation and eliminate the supplier from the procurement.

Compliant Tender Responses will be evaluated in line with the published criteria: Technical Quality (40%), Pricing (50%), and Social Value (10%). NTL will undertake a comprehensive evaluation process to determine the Most Advantageous Tender (MAT).

NTL may, at any stage, request clarification on any aspect of a supplier's Tender Response, though it is not obliged to do so. Notwithstanding the foregoing, at any stage following the submission of a Tender Response, NTL may require Negotiation Meetings in which the supplier may be required to present their Tender Response for the purposes of verifying any aspect of that Tender Response. The supplier will be required to make suitable personnel available to NTL in order to resolve NTL's queries.

Any clarification discussed at such meetings will be agreed by NTL and the supplier, documented, and submitted by the supplier through the message centre on Delta.

Stage 2 (Optional)

- Following evaluation of the ITN, NTL may invite the 3 highest‑scoring Tenderers to submit Best and Final Offers (BAFOs).

- BAFOs must follow instructions issued via Delta and be based on final Specification, Contract, and Pricing documents.

- No amendments to the final‑form contract documents are permitted.

- BAFOs will be evaluated using the same criteria and methodology as the original Tender Responses.

- Whilst NTL may request BAFOs, suppliers should not rely on any potential subsequent opportunities for providing improved commercial offers.


Contracting authority

NORTHERN TRAINS LIMITED

  • Companies House: 03076444
  • Public Procurement Organisation Number: PZCJ-2164-HJQZ

George Stephenson House

York

YO1 6JT

United Kingdom

Region: UKE21 - York

Organisation type: Public authority - central government