Construction Tenders

Tue May 21 2024

Related Information

Construction Contract Leads

United Kingdom

Category Services

Type

No. of Lots 1

Status Active

Published 15th Feb 2024

Tender Details
Referenceocds-h6vhtk-043a98
Common Procurement VocabularyRefuse and waste related services
Procurement MethodNegotiated procedure with prior call for competition
Value£60,000,000
More Tenders »

United Kingdom

Category Services

Type

No. of Lots 1

Status Active

Published 15th Feb 2024

Tender Details
Referenceocds-h6vhtk-043a98
Common Procurement VocabularyRefuse and waste related services
Procurement MethodNegotiated procedure with prior call for competition
Value£60,000,000

Section I: Contracting entity

I.1) Name and addresses

Northern Trains Limited (NTL

George Stephenson House, Toft Green, Toft Green

York

YO1 6JT

Contact

Alicja Zdobylak

Email

Alicja.Zdobylak [at] northernrailway.co.uk

Telephone

+44 7977596998

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.northernrailway.co.uk

I.1) Name and addresses

LONDON NORTH EASTERN RAILWAY LIMITED

West Offices, Station Rise

York

YO1 6GA

Email

Sharon.Dodds [at] lner.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.lner.co.uk/

I.1) Name and addresses

SE TRAINS LIMITED

Second Floor, 4 More London Riverside

London

SE1 2AU

Email

Amy.Innes [at] southeasternrailway.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.southeasternrailway.co.uk/

I.1) Name and addresses

TRANSPENNINE TRAINS LIMITED

Great Minster House, 2nd Floor Franchise Resilience And Mobilisation Team, 33 Horseferry Road

London

SW1P 4DR

Email

simon.jackson [at] tpexpress.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.tpexpress.co.uk/

I.1) Name and addresses

NETWORK RAIL INFRASTRUCTURE LIMITED

Waterloo General Office

London

SE1 8SW

Email

alicja.zdobylak [at] northernrailway.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.networkrail.co.uk/

I.1) Name and addresses

THE CHILTERN RAILWAY COMPANY LIMITED

Arriva Plc, 1 Admiral Way, Doxford International Business Park

Sunderland

SR3 3XP

Email

Alicja.Zdobylak [at] northernrailway.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.chilternrailways.co.uk/

I.1) Name and addresses

AVANTI WEST COAST LIMITED

The Point, 124 North Wharf Road

London

W2 1AF

Email

Alicja.Zdobylak [at] northernrailway.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.avantiwestcoast.co.uk/

I.1) Name and addresses

XC TRAINS LIMITED

C/O Arriva Plc 1 Admiral Way, Doxford International, Business Park

Sunderland

SR3 3XP

Email

Alicja.Zdobylak [at] northernrailway.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.crosscountrytrains.co.uk/

I.1) Name and addresses

WEST MIDLANDS TRAINS LIMITED

2nd Floor St Andrew's House, 18-20 St Andrew Street

London

EC4A 3AG

Email

Alicja.Zdobylak [at] northernrailway.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.westmidlandsrailway.co.uk/

I.2) Information about joint procurement

The contract involves joint procurement

I.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-York:-Refuse-and-waste-related-services./7V7T7855DF

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

I.6) Main activity

Railway services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Waste Removal and Recycling Services

II.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

II.1.3) Type of contract

Services

II.1.4) Short description

The key requirement of this procurement is to establish a Framework Agreement with a single economic operator that will enable Northern Trains Limited (NTL) (and SE Trains Limited (SETL), London North Eastern Railway Limited (LNER), TransPennine Trains Limited (TPE) and other Affiliates, who are listed on the Contract Notice) to enter into respective Call-Off Contracts under the Framework Agreement in relation to the supply of Waste Removal and Recycling Services as may be required by the NTL and the Affiliates.

II.1.5) Estimated total value

Value excluding VAT: £60,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 90513000 - Non-hazardous refuse and waste treatment and disposal services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.2.4) Description of the procurement

The key requirement of this procurement is to establish a Framework Agreement with a single economic operator that will enable Northern Trains Limited (NTL) (and SE Trains Limited (SETL), London North Eastern Railway Limited (LNER), TransPennine Trains Limited (TPE) and other Affiliates, who are listed on the Contract Notice) to enter into respective Call-Off Contracts under the Framework Agreement in relation to the supply of Waste Removal and Recycling Services as may be required by the NTL and the Affiliates. Northern Trains Limited (‘NTL’) will be the awarding entity on this Framework. NTL and the Affiliates may (at their discretion) enter into a Call-Off Contract with the Contractor at the conclusion of the procurement process. There is no obligation from any Utility to enter into any Call-Off Contract under this Framework Agreement. The Framework will be let for an initial period of 4 (four) years with 2 (two) optional renewal terms. Each Renewal Term shall be a period of 2 (two) years. The estimated total value of the Framework is £60,000,000 across its whole duration (8 years). This value has been estimated across all 9 (nine) Utilities mentioned on this notice, who may wish to enter into Call-Off Contracts with the winning Bidder. Estimated annual values for NTL, LNER, SETL and TPE are outlined in the tender documents. Waste Removal and Recycling Services will require a provision of Non-Hazardous, Hazardous and Confidential Waste to NTL and the Affiliates, who are based across the UK.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: £60,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The Framework will be let for initial period of 4 (four) years with 2 (two) optional renewal terms. Each Renewal Term shall be a period of 2 (two) years.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated procedure with prior call for competition

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date

18 March 2024

Local time

6:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-York:-Refuse-and-waste-related-services./7V7T7855DF" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-York:-Refuse-and-waste-related-services./7V7T7855DF

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/7V7T7855DF" target="_blank">https://www.delta-esourcing.com/respond/7V7T7855DF

GO Reference: GO-2024215-PRO-25182834

VI.4) Procedures for review

VI.4.1) Review body

Department for Transport

Great Minster House, 33 Horseferry Road,

London

SW1P 4DR

Country

United Kingdom