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