Section one: Contracting entity
one.1) Name and addresses
Northern Trains Limited
George Stephenson House, Toft Green
York
YO1 6JT
Contact
Zoe Burns
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