Tender

Baseline asset condition and Condition survey - Tanks and Planned Preventative Maintenance

  • Northern Trains Limited

F05: Contract notice – utilities

Notice identifier: 2024/S 000-023650

Procurement identifier (OCID): ocds-h6vhtk-0485a0

Published 29 July 2024, 4:05pm



Section one: Contracting entity

one.1) Name and addresses

Northern Trains Limited

George Stephenson House, Toft Green

York

YO1 6JT

Contact

Zoe Burns

Email

zoe.burns@northernrailway.co.uk

Telephone

+44 7812683146

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.northernrailway.co.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/delta/respondToList.html?accessCode=T6R545B2X6

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/delta/respondToList.html?accessCode=T6R545B2X6

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

Baseline asset condition and Condition survey - Tanks and Planned Preventative Maintenance

two.1.2) Main CPV code

  • 50514100 - Repair and maintenance services of tanks

two.1.3) Type of contract

Services

two.1.4) Short description

Across the engineering sites, Northern Trains Ltd (NTL) take delivery, store, and dispense large volumes of potentially polluting substances. Due to age of the assets, there is limited baseline asset information available to enable the company to affect a robust maintenance and upgrade plan. To discharge the company’s environmental obligations in ensuring adequate containment measures are place, NTL have commenced a phased programme of environmental upgrade works. NTL is tendering this requirement in two lots: Lot 1: Baseline asset condition and Condition survey - Tanks and Lot 2: Planned Preventative Maintenance (PPM). Site visits and market engagement presentation will be available to the Bidders throughout the tender process. NTL does require the winning Supplier to be accredited to RISQS (Railway Industry Supplier Qualification Scheme). Please visit this website to register: https://shop.risqs.org/Register

two.1.5) Estimated total value

Value excluding VAT: £600,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Baseline Asset Capture and Condition Survey - Tanks

Lot No

1

two.2.2) Additional CPV code(s)

  • 44611000 - Tanks

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

Across the engineering sites, Northern Trains Ltd (NTL) take delivery, store, and dispense large volumes of potentially polluting substances. Due to age of the assets, there is limited baseline asset information available to enable the company to affect a robust maintenance and upgrade plan. To discharge the company’s environmental obligations in ensuring adequate containment measures are place, NTL have commenced a phased programme of environmental upgrade works. The initial phase includes the creation of baseline asset information and condition surveys for primary, secondary, and tertiary containment structures. This information is to be generated in a consistent format across the engineering sites to enable risk assessment and prioritisation of any subsequent works. Scope of Works needed: -100% Detailed asset capture A detailed asset register is to be compiled on completion of works to list all equipment not limited to but including: Tanks Pipework Pumps Valves Gauging Alarm Systems Gantry Systems - Reports

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

No

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

two.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/delta/respondToList.html?accessCode=T6R545B2X6

two.2) Description

two.2.1) Title

Planned preventative maintenance (PPM)

Lot No

2

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance 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

Over the past few years NTL has delivered to a project to establish the baseline condition of its assets and develop a portfolio of baseline asset information. This project saw the delivery of works to the below standards: -Tanks – Out-of-service inspection in line with EEMUA 159 and API 653. -Bunds – Bund compliance inspection using CIREA 736 Guidance. -Pipework – Pipework integrity assessment in line with API 570. -Separators – 5-yearly separator inspection in line BS EN 858. NTL intend on maintaining compliance with these standards and implementing best practice in relation to asset maintenance. This specification is to ensure NTL continues to deliver its maintenance obligations and ensure adequate integrity of its primary, secondary and tertiary containment for substances hazardous to the environment up until 31st March 2026.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

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

two.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/delta/respondToList.html?accessCode=T6R545B2X6


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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

28 August 2024

Local time

5:00pm

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

28 August 2024

Local time

5:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=877487800

GO Reference: GO-2024729-PRO-27059573

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