Tender

Dynamic Purchasing System ('DPS') for Provision of Gateline Infrastructure and Support Services

  • Northern Trains Limited

F05: Contract notice – utilities

Notice identifier: 2024/S 000-033831

Procurement identifier (OCID): ocds-h6vhtk-04af41

Published 18 October 2024, 4:05pm



Section one: Contracting entity

one.1) Name and addresses

Northern Trains Limited

George Stephenson House, Toft Green

York

YO1 6JT

Contact

Robin Horsman

Email

robin.horsman@northernrailway.co.uk

Telephone

+44 7827937566

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

03076444

Internet address(es)

Main address

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/

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

Dynamic Purchasing System ('DPS') for Provision of Gateline Infrastructure and Support Services

Reference number

PL-24-348-DOHL

two.1.2) Main CPV code

  • 51100000 - Installation services of electrical and mechanical equipment

two.1.3) Type of contract

Services

two.1.4) Short description

The purpose of this notice is to establish a Dynamic Purchasing System (DPS) for the provision of Gateline Infrastructure and Support Services including installation, commissioning, ongoing maintenance and operation of new Gateline Infrastructure. The arrangement will also include decommissioning of Gateline Infrastructure where required.

two.1.5) Estimated total value

Value excluding VAT: £215,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 51100000 - Installation services of electrical and mechanical equipment
  • 72000000 - IT services: consulting, software development, Internet and support
  • 32410000 - Local area network
  • 48000000 - Software package and information systems
  • 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

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

Northern Trains Limited (NTL) is a Train Operating Company (TOC) that operates passenger rail services across the North of England. NTL is publishing this notice on behalf of itself and a number of 'Contracting Utilities/Authorities' including Train Operating Companies in Great Britain, Network Rail, and a number of Local Transport Authorities (see Section VI.3 below) to establish a Dynamic Purchasing System (DPS) for the supply, installation, commissioning, ongoing maintenance and operation of Gateline Infrastructure that will enable NTL and the Contracting Utilities/Authorities to run competitions for their requirements among suppliers appointed to the DPS. 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 of New Gateline Infrastructure - including any connections to systems and networks. c) Commissioning Services of New Gateline Infrastructure - including any testing and commissioning compliant with all rail industry and other required compliance requirements and standards. d) Ongoing Maintenance and Operation - including device management to enable the operation of new Gateline Infrastructure to effective operational levels, providing an acceptable level of service to the public; and e) Decommissioning of Gateline Infrastructure. The nature of the arrangement is that new equipment will be supplied under a Master Supply Agreement and ongoing maintenance and support services provided under a Support Services Agreement. Gateline Infrastructure equipment is expected to have a lifecycle of up to 15years and it is anticipated that NTL and Contracting Utilities/Authorities will look to have full asset maintenance during this period. Therefore, Support Services Agreements and any associated work orders are likely be put in place to cover this timeline. These requirements will be subject to competitive tendering among the members of the DPS in accordance with the rules of the restricted procedure as required by, and subject to, regulation 52 of the Utilities Contracts Regulations 2016. Specific contracts will be awarded according to those rules by the NTL or Contracting/Utilities Authorities in accordance with their specific requirements as set out in individual procurements under the DPS. Suppliers appointed to the DPS will be required to enter into a DPS Agreement setting out the terms on which the DPS will operate including the standard terms and conditions that will be applicable to individual procurements under the DPS.

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: £215,000,000

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

Duration in months

48

This contract is subject to renewal

No

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

List and brief description of selection criteria

Accounts: Copies of audited accounts, or alternative means of demonstrating financial status, for the last two years. A minimum level of economic and financial standing and/or a minimum financial threshold for the following: * Net income. * Current ratio (i.e. current assets / current liabilities). * Adjusted current ratio (i.e. current assets / current liabilities (including debt due between 1 and 2 years)). * Capital gearing ratio (i.e. long term total borrowings / equity share capital). * Debt to earnings ratio (i.e. total borrowings / EBITDA). Suitable rating from the credit monitoring service ‘Creditsafe’ (or equivalent rating agency). Alternatively, details of the actual number or ratio and the reasons for the divergence from the stated required level. Insurance Levels: Employer's (Compulsory) Liability Insurance Public Liability Insurance Professional Indemnity Insurance Product Liability Insurance

Minimum level(s) of standards possibly required

Accounts: * Net income: the Applicants net income is positive for the two previous financial years. * Current ratio (i.e. current assets / current liabilities): the Applicants current ratio is greater than or equal to 1.1 for the two previous financial years. * Adjusted current ratio (i.e. current assets / current liabilities (including debt due between 1 and 2 years)): the Applicants adjusted current ratio is greater than or equal to 1.0 for the two previous financial years. * Capital gearing ratio (i.e. long term total borrowings / equity share capital): the Applicants capital gearing ratio is less than or equal to 1.0 for the two previous financial years. * Debt to earnings ratio (i.e. total borrowings / EBITDA): the Applicants debt to earnings ratio is less than or equal to 5:0 for the two previous financial years. A rating of over 51 from the credit monitoring service ‘Creditsafe’ (or equivalent rating agency). Insurance Levels: Employer's (Compulsory) Liability Insurance = £10m in any one claim Public Liability Insurance = £10m in any one claim Professional Indemnity Insurance = £10m in any one claim and in the aggregate. Product Liability Insurance = £10m in any one claim and in the aggregate.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Evidence of relevant experience with contract examples inc. details of up to three contracts, in any combination from either the public or private sector; voluntary, charity or social enterprise (VCSE) that are relevant to the requirement. Alternatively, a suitable explanation where at least one example cannot be provided.

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

Confirmation via a DPS Appointment form of the acceptance of the terms on which the DPS will operate.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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 several operators

The procurement involves the setting up of a dynamic purchasing system

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

18 November 2024

Local time

11:00am

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

In addition to Northern Trains Ltd the participating Contracting Utilities/Authorities to this DPS are: Combined Authorities https://www.local.gov.uk/topics/devolution/devolution-online-hub/devolution-explained/combined-authorities Regional Transport Bodies https://transportactionnetwork.org.uk/campaign/wales-scotland-regions/english-regions/summary-of-regional-transport-bodies/ Agencies and Public Bodies of the Department for Transport Departments, agencies and public bodies - GOV.UK (www.gov.uk) Passenger Transport executives https://www.urbantransportgroup.org/members UK Train Operating Companies and Station Operators https://www.orr.gov.uk/about/who-we-work-with/industry/train-operating-companies The value provided in Section II.1.5) is only an estimate. NTL cannot guarantee to suppliers any business through this DPS. NTL and the Contracting/Utility Authorities expressly reserve the right: (i) not to appoint any suppliers to the DPS referred to in this notice; and (ii) to make whatever changes they may see fit to the content and structure of the tendering competition; and in no circumstances will the customer be liable for any costs incurred by the suppliers.

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./8BBTJPD8RV

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/8BBTJPD8RV

GO Reference: GO-20241018-PRO-28196434

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