Northern Trains Limited (NTL) has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Baseline asset condition and Condition survey - Tanks and Planned Preventative Maintenance |
Notice type: | Contract Notice - Utilities |
Authority: | Northern Trains Limited (NTL) |
Nature of contract: | Services |
Procedure: | Open |
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 |
Published: | 29/07/2024 15:36 |
View Full Notice
UK-York: Repair and maintenance services of tanks.
Section I: Contracting Authority
I.1) Name and addresses
Northern Trains Limited
George Stephenson House, Toft Green, York, YO1 6JT, United Kingdom
Tel. +44 7812683146, Email: zoe.burns@northernrailway.co.uk
Contact: Zoe Burns
Main Address: https://www.northernrailway.co.uk/
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.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 abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/delta/respondToList.html?accessCode=T6R545B2X6 to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.6) Main activity:
Railway services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Baseline asset condition and Condition survey - Tanks and Planned Preventative Maintenance
Reference Number: Not provided
II.1.2) Main CPV Code:
50514100 - Repair and maintenance services of tanks.
II.1.3) Type of contract: SERVICES
II.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
II.1.5) Estimated total value:
Value excluding VAT: 600,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Baseline Asset Capture and Condition Survey - Tanks
Lot No: 1
II.2.2) Additional CPV codes:
44611000 - Tanks.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of 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
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 12
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/delta/respondToList.html?accessCode=T6R545B2X6
II.2) Description Lot No. 2
II.2.1) Title: Planned preventative maintenance (PPM)
Lot No: 2
II.2.2) Additional CPV codes:
50000000 - Repair and maintenance services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of 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.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/delta/respondToList.html?accessCode=T6R545B2X6
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.4) Objective rules and criteria for participation
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.1.6) Deposits and guarantees required:
Not Provided
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
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: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 8 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 28/08/2024 Time: 17:00
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 month(s): 4
IV.2.7) Conditions for opening of tenders:
Date: 28/08/2024
Time: 17:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=877487800
VI.4) Procedures for review
VI.4.1) Review body:
Department for Transport
Great Minster House, 33 Horseferry Road,, London, SW1P 4DR, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 29/07/2024
Annex A
Section I: Contracting Authority
I.1) Name and addresses
Northern Trains Limited
George Stephenson House, Toft Green, York, YO1 6JT, United Kingdom
Tel. +44 7812683146, Email: zoe.burns@northernrailway.co.uk
Contact: Zoe Burns
Main Address: https://www.northernrailway.co.uk/
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.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 abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/delta/respondToList.html?accessCode=T6R545B2X6 to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.6) Main activity:
Railway services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Baseline asset condition and Condition survey - Tanks and Planned Preventative Maintenance
Reference Number: Not provided
II.1.2) Main CPV Code:
50514100 - Repair and maintenance services of tanks.
II.1.3) Type of contract: SERVICES
II.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
II.1.5) Estimated total value:
Value excluding VAT: 600,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Baseline Asset Capture and Condition Survey - Tanks
Lot No: 1
II.2.2) Additional CPV codes:
44611000 - Tanks.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of 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
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 12
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/delta/respondToList.html?accessCode=T6R545B2X6
II.2) Description Lot No. 2
II.2.1) Title: Planned preventative maintenance (PPM)
Lot No: 2
II.2.2) Additional CPV codes:
50000000 - Repair and maintenance services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of 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.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/delta/respondToList.html?accessCode=T6R545B2X6
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.4) Objective rules and criteria for participation
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.1.6) Deposits and guarantees required:
Not Provided
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
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: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 8 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 28/08/2024 Time: 17:00
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 month(s): 4
IV.2.7) Conditions for opening of tenders:
Date: 28/08/2024
Time: 17:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=877487800
VI.4) Procedures for review
VI.4.1) Review body:
Department for Transport
Great Minster House, 33 Horseferry Road,, London, SW1P 4DR, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 29/07/2024
Annex A