Buyer Name: NORTHERN TRAINS LIMITED
Buyer Address: George Stephenson House, York, UKE21, YO1 6JT, United Kingdom
Contact Email: procurement@northernrailway.co.uk
Buyer Name: NORTHERN TRAINS LIMITED
Buyer Address: George Stephenson House, York, UKE21, YO1 6JT, United Kingdom
Contact Email: procurement@northernrailway.co.uk
Northern Trains Limited ('NTL') is planning on going out to tender for the procurement of Liquid Waste Removal and Drainage Services across NTL's network. The aim of the procurement is to establish a single supplier framework agreement with the winning tenderer, which NTL will be able to call-off from. NTL conducts train maintenance activities across a number of locations. Currently, there are 11 of these locations, but the number of sites may increase or reduce in future. NTL are looking for a service provider to remove liquid waste from assets which includes, but is not limited to, the following: -Waste tanks, containing fluid drained from trains (coolant and oil) - Oil/Water separators (sludge, water and oil) - Septic tanks - Drainage The objectives of this tender are: - Inclusion of drain jetting, clearance and CCTV in line with responsibilities laid out in NTL's lease agreements. -Ensure that drains within TCC maintenance areas are kept clear of sediment, especially sand, to allow continued operation of engineering production - To assist in maintaining or achieving zero waste to landfill target. The Service Provider will be responsible for assessing waste and ensuring the waste is accurately described in accordance with waste regulations and hazardous waste regulations: - Assignment of EWC code and associated description - Identification and documentation of transportation hazards and control measures - Any other information required to complete a waste consignment/transfer note For each collection, a laboratory analysis of samples must be undertaken by a UKAS Certified Laboratory. This analysis must be used to produce the waste consignment note and made available to the relevant site contact along with a copy of the consignment note 3 x days prior to waste being removed. The framework agreement may be novated or assigned by NTL to Train Operating Companies, or to DFT Operator Limited (company number: 07141122) or any successor parent company to a Train Operating Company, following a corporate restructuring or similar circumstance. Where used throughout this notice, the meaning of Train Operating Companies includes all and any of those train operating companies who, currently or in the future, provide services for the carriage of passengers by railway: under a franchise agreement with the Secretary of State within the meaning of section 23(3) of the Railways Act 1993 or under, or secured under, the Secretary of State's duty in section 30(1) of the Railways Act 1993; or in accordance with legislation which supersedes or amends the powers referred to in a) and b), including where such powers are transferred from the Secretary of State to another body. The list of current providers of services for the carriage of passengers by railway under these provisions can be found at https://www.gov.uk/guidance/public-register-of-rail-passenger-contracts. NTL expressly reserves the right: -not to award any suppliers the contract referred to in this notice; and -in no circumstances will the customer be liable for any costs incurred by the suppliers.
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/009104-2026
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Has Options: Yes
Lot 1 Options: NTL may request additional deliverables or services that are not explicitly listed in the scope of this procurement. Where such requirements arise, pricing will be agreed within the relevant work order, subject to the following conditions: -Any pricing related to design, build, or management services must remain consistent with the rates set out in the framework. -All agreed prices must be clearly linked to comparable items already included in the framework pricing schedule. -The appointed supplier will be required to provide supporting evidence to justify the proposed pricing.
Lot 1 Value: GBP 2,600,000
Lot 1 Value (Gross): GBP 3,120,000
Lot 1 Contract Start: 2026-07-01T00:00:00+01:00
Lot 1 Contract End: 2030-07-01T23:59:59+01:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (cost): Cost (50%)
Lot 1 Award Criterion (quality): Technical (Quality) (40%)
Lot 1 Award Criterion (quality): Social Value (10%)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-COH-03076444",
"name": "NORTHERN TRAINS LIMITED"
},
"date": "2026-02-02T15:52:13Z",
"id": "009104-2026",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-060a98",
"parties": [
{
"additionalIdentifiers": [
{
"id": "PZCJ-2164-HJQZ",
"scheme": "GB-PPON"
}
],
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "York",
"postalCode": "YO1 6JT",
"region": "UKE21",
"streetAddress": "George Stephenson House"
},
"contactPoint": {
"email": "procurement@northernrailway.co.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - central government",
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE"
}
]
},
"id": "GB-COH-03076444",
"identifier": {
"id": "03076444",
"scheme": "GB-COH"
},
"name": "NORTHERN TRAINS LIMITED",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-05-20T23:59:59+01:00"
},
"description": "Northern Trains Limited (\u0027NTL\u0027) is planning on going out to tender for the procurement of Liquid Waste Removal and Drainage Services across NTL\u0027s network.\nThe aim of the procurement is to establish a single supplier framework agreement with the winning tenderer, which NTL will be able to call-off from.\nNTL conducts train maintenance activities across a number of locations. Currently, there are 11 of these locations, but the number of sites may increase or reduce in future. NTL are looking for a service provider to remove liquid waste from assets which includes, but is not limited to, the following: \n-Waste tanks, containing fluid drained from trains (coolant and oil) \n- Oil/Water separators (sludge, water and oil) \n- Septic tanks \n- Drainage \nThe objectives of this tender are: \n- Inclusion of drain jetting, clearance and CCTV in line with responsibilities laid out in NTL\u0027s lease agreements.\n-Ensure that drains within TCC maintenance areas are kept clear of sediment, especially sand, to allow continued operation of engineering production \n- To assist in maintaining or achieving zero waste to landfill target.\nThe Service Provider will be responsible for assessing waste and ensuring the waste is accurately described in accordance with waste regulations and hazardous waste regulations: \n- Assignment of EWC code and associated description \n- Identification and documentation of transportation hazards and control measures \n- Any other information required to complete a waste consignment/transfer note \nFor each collection, a laboratory analysis of samples must be undertaken by a UKAS Certified Laboratory. This analysis must be used to produce the waste consignment note and made available to the relevant site contact along with a copy of the consignment note 3 x days prior to waste being removed.\nThe framework agreement may be novated or assigned by NTL to Train Operating Companies, or to DFT Operator Limited (company number: 07141122) or any successor parent company to a Train Operating Company, following a corporate restructuring or similar circumstance. \nWhere used throughout this notice, the meaning of Train Operating Companies includes all and any of those train operating companies who, currently or in the future, provide services for the carriage of passengers by railway: \nunder a franchise agreement with the Secretary of State within the meaning of section 23(3) of the Railways Act 1993 or \nunder, or secured under, the Secretary of State\u0027s duty in section 30(1) of the Railways Act 1993; or \nin accordance with legislation which supersedes or amends the powers referred to in a) and b), including where such powers are transferred from the Secretary of State to another body.\u202f \nThe list of current providers of services for the carriage of passengers by railway under these provisions can be found at https://www.gov.uk/guidance/public-register-of-rail-passenger-contracts. \nNTL expressly reserves the right: \n-not to award any suppliers the contract referred to in this notice; and \n-in no circumstances will the customer be liable for any costs incurred by the suppliers.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2026-02-02T15:52:13Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "009104-2026",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/009104-2026"
}
],
"id": "ocds-h6vhtk-060a98",
"items": [
{
"additionalClassifications": [
{
"description": "Sewerage work",
"id": "45232410",
"scheme": "CPV"
},
{
"description": "Sewage services",
"id": "90400000",
"scheme": "CPV"
},
{
"description": "Refuse disposal and treatment",
"id": "90510000",
"scheme": "CPV"
},
{
"description": "Radioactive-, toxic-, medical- and hazardous waste services",
"id": "90520000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKC"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKE"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"name": "Cost",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
],
"type": "cost"
},
{
"name": "Technical (Quality)",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2030-07-01T23:59:59+01:00",
"maxExtentDate": "2034-07-01T23:59:59+01:00",
"startDate": "2026-07-01T00:00:00+01:00"
},
"hasOptions": true,
"hasRenewal": true,
"id": "1",
"options": {
"description": "NTL may request additional deliverables or services that are not explicitly listed in the scope of this procurement. Where such requirements arise, pricing will be agreed within the relevant work order, subject to the following conditions:\n-Any pricing related to design, build, or management services must remain consistent with the rates set out in the framework.\n-All agreed prices must be clearly linked to comparable items already included in the framework pricing schedule.\n-The appointed supplier will be required to provide supporting evidence to justify the proposed pricing."
},
"renewal": {
"description": "The Contract will be let for an initial term of four (4) years. Following the expiry of the initial term, NTL may, at its sole discretion, exercise up to two (2) extension options of two (2) years each (a potential maximum contract duration of eight (8) years).\nExtensions may be considered where:\nService performance has consistently met or exceeded the required KPIs, including compliance, responsiveness, environmental standards, and reporting obligations.\nOperational continuity is desirable to avoid service disruption, particularly where ongoing site\u2011specific knowledge or specialist waste-handling expertise is beneficial.\nValue for money can be demonstrated, including benchmarking or a review showing that the extension period remains commercially advantageous.\nRegulatory compliance continues to be maintained, with the supplier remaining appropriately licensed for handling, transporting, and disposing of liquid waste.\nBusiness needs remain unchanged, and the scope and volume of liquid waste removal services are still required in line with the existing specification.\nIf both extension options are applied, the breakdown is as follows:\nInitial Term: 4 years\nExtension Option 1: 2 years\nExtension Option 2: 2 years\nMaximum Contract Duration: 8 years total"
},
"status": "active",
"suitability": {
"sme": true
},
"value": {
"amount": 2600000,
"amountGross": 3120000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procedure": {
"features": "The Tender stages will be run as follows: \nStage 1 \nAll interested suppliers may apply to participate in this procurement via https://www.delta\u2011esourcing.com using Tenderbox Reference: BDGN4R5X52. \nOptional site visits may be undertaken where applicable. \nFollowing submission, Tender Responses will initially be checked for compliance, including that all required returnables for the response have been submitted. If NTL does not consider a Tender Response compliant, it reserves the right not to carry out any further evaluation and eliminate the supplier from the procurement.\nCompliant Tender Responses will be evaluated in line with the published criteria: Technical Quality (40%), Pricing (50%), and Social Value (10%). NTL will undertake a comprehensive evaluation process to determine the Most Advantageous Tender (MAT).\nNTL may, at any stage, request clarification on any aspect of a supplier\u0027s Tender Response, though it is not obliged to do so. Notwithstanding the foregoing, at any stage following the submission of a Tender Response, NTL may require Negotiation Meetings in which the supplier may be required to present their Tender Response for the purposes of verifying any aspect of that Tender Response. The supplier will be required to make suitable personnel available to NTL in order to resolve NTL\u0027s queries.\nAny clarification discussed at such meetings will be agreed by NTL and the supplier, documented, and submitted by the supplier through the message centre on Delta.\nStage 2 (Optional) \n- Following evaluation of the ITN, NTL may invite the 3 highest\u2011scoring Tenderers to submit Best and Final Offers (BAFOs). \n- BAFOs must follow instructions issued via Delta and be based on final Specification, Contract, and Pricing documents. \n- No amendments to the final\u2011form contract documents are permitted. \n- BAFOs will be evaluated using the same criteria and methodology as the original Tender Responses. \n- Whilst NTL may request BAFOs, suppliers should not rely on any potential subsequent opportunities for providing improved commercial offers."
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"specialRegime": [
"utilities"
],
"status": "active",
"submissionMethodDetails": "https://www.delta-esourcing.com/\nTenderbox Reference: BDGN4R5X52",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"techniques": {
"frameworkAgreement": {
"description": "This framework agreement will be established as a single-supplier arrangement.\nNTL will have the ability to directly award contracts to the appointed supplier.\nFramework pricing will be based on the successful supplier\u0027s final tender submission and will constitute the applicable charges under the agreement.",
"maximumParticipants": 1,
"method": "withoutReopeningCompetition",
"type": "closed"
},
"hasFrameworkAgreement": true
},
"tenderPeriod": {
"endDate": "2026-03-16T17:00:00Z"
},
"title": "Liquid Waste Removal and Drainage Services",
"value": {
"amount": 2600000,
"amountGross": 3120000,
"currency": "GBP"
}
}
}