Tender

Liquid Waste Removal and Drainage Services

NORTHERN TRAINS LIMITED

This public procurement record has 2 releases in its history.

Tender

02 Feb 2026 at 15:52

Planning

21 Jan 2026 at 09:45

Summary of the contracting process

Northern Trains Limited, based in York, UK, has initiated a competitive tender process for the procurement of Liquid Waste Removal and Drainage Services across its network. This procurement aims to establish a single supplier framework agreement under which the selected provider will handle tasks such as clearing waste from train-related assets like waste tanks, oil/water separators, and drainage systems. Positioned in the services industry category, this procurement covers regions UKC, UKD, and UKE within the United Kingdom. The tender is at the active stage, with submissions due by 16th March 2026, and an anticipated award period ending on 20th May 2026. The procurement method follows a competitive flexible procedure, aimed at fostering transparent and fair competition.

This tender presents significant opportunities for businesses specializing in waste management services, particularly those experienced with hazardous waste handling and transportation. Companies adept in providing sewerage work, sewage services, and refuse disposal will find this opportunity beneficial for business expansion. Small and medium-sized enterprises, able to meet Northern Trains' sustainability goals and deliver high-quality solutions across multiple locations, are well positioned to leverage this tender to secure long-term contracts, potentially extending over an eight-year period should service levels meet or exceed expectations.

How relevant is this notice?

Notice Information

Notice Title

Liquid Waste Removal and Drainage Services

Notice Description

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.

Lot Information

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.

Renewal: 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). Extensions may be considered where: Service performance has consistently met or exceeded the required KPIs, including compliance, responsiveness, environmental standards, and reporting obligations. Operational continuity is desirable to avoid service disruption, particularly where ongoing site-specific knowledge or specialist waste-handling expertise is beneficial. Value for money can be demonstrated, including benchmarking or a review showing that the extension period remains commercially advantageous. Regulatory compliance continues to be maintained, with the supplier remaining appropriately licensed for handling, transporting, and disposing of liquid waste. Business needs remain unchanged, and the scope and volume of liquid waste removal services are still required in line with the existing specification. If both extension options are applied, the breakdown is as follows: Initial Term: 4 years Extension Option 1: 2 years Extension Option 2: 2 years Maximum Contract Duration: 8 years total

Planning Information

Northern Trains Limited ("NTL") invited a selected group of suppliers to participate in early pre‑market engagement for the upcoming liquid waste services requirement. Suppliers were chosen based on their proven, current, or recently demonstrated capability in delivering part or all of the required liquid waste management services across the NTL network. Each supplier was invited to an individual session where NTL delivered the same presentation outlining the proposed scope, operational processes, KPIs, and required accreditations. Suppliers were invited to provide feedback on these elements and to share any examples or templates of pricing schedules for similar work, as this is a new area for NTL to formally procure. The key objectives of the pre‑market engagement were to: - Gain a clearer understanding of the liquid waste services market and supplier capabilities - Understand typical pricing methodologies for this type of service and identify any commercial or operational challenges - Assess how the contract could operate across multiple NTL locations and determine the level of project team involvement required Following pre-market engagement, work has started to develop a suitable contract. It gave the project team an understanding of what information the market needs to bid for the works, which impacted the specification development, pricing schedule and tender response questions.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-060a98
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/009104-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

45232410 - Sewerage work

90400000 - Sewage services

90510000 - Refuse disposal and treatment

90520000 - Radioactive-, toxic-, medical- and hazardous waste services

Notice Value(s)

Tender Value
£2,600,000 £1M-£10M
Lots Value
£2,600,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Feb 20261 weeks ago
Submission Deadline
16 Mar 20262 months to go
Future Notice Date
26 Jan 2026Expired
Award Date
Not specified
Contract Period
30 Jun 2026 - 1 Jul 2030 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
NORTHERN TRAINS LIMITED
Contact Name
Not specified
Contact Email
procurement@northernrailway.co.uk
Contact Phone
Not specified

Buyer Location

Locality
YORK
Postcode
YO1 6JT
Post Town
York
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE2 North Yorkshire
Small Region (ITL 3)
TLE21 York
Delivery Location
TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber

Local Authority
York
Electoral Ward
Micklegate
Westminster Constituency
York Central

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-060a98-2026-02-02T15:52:13Z",
    "date": "2026-02-02T15:52:13Z",
    "ocid": "ocds-h6vhtk-060a98",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-03076444",
            "name": "NORTHERN TRAINS LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "03076444"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PZCJ-2164-HJQZ"
                }
            ],
            "address": {
                "streetAddress": "George Stephenson House",
                "locality": "York",
                "postalCode": "YO1 6JT",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE21"
            },
            "contactPoint": {
                "email": "procurement@northernrailway.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-03076444",
        "name": "NORTHERN TRAINS LIMITED"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Northern Trains Limited (\"NTL\") invited a selected group of suppliers to participate in early pre-market engagement for the upcoming liquid waste services requirement. Suppliers were chosen based on their proven, current, or recently demonstrated capability in delivering part or all of the required liquid waste management services across the NTL network. Each supplier was invited to an individual session where NTL delivered the same presentation outlining the proposed scope, operational processes, KPIs, and required accreditations. Suppliers were invited to provide feedback on these elements and to share any examples or templates of pricing schedules for similar work, as this is a new area for NTL to formally procure. The key objectives of the pre-market engagement were to: - Gain a clearer understanding of the liquid waste services market and supplier capabilities - Understand typical pricing methodologies for this type of service and identify any commercial or operational challenges - Assess how the contract could operate across multiple NTL locations and determine the level of project team involvement required Following pre-market engagement, work has started to develop a suitable contract. It gave the project team an understanding of what information the market needs to bid for the works, which impacted the specification development, pricing schedule and tender response questions.",
                "dateMet": "2025-05-22T00:00:00+01:00",
                "status": "met"
            }
        ],
        "documents": [
            {
                "id": "005110-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/005110-2026",
                "datePublished": "2026-01-21T09:45:58Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "ocds-h6vhtk-060a98",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Liquid Waste Removal and Drainage Services",
        "description": "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.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45232410",
                        "description": "Sewerage work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90400000",
                        "description": "Sewage services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90510000",
                        "description": "Refuse disposal and treatment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90520000",
                        "description": "Radioactive-, toxic-, medical- and hazardous waste services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "mainProcurementCategory": "services",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1,
                "method": "withoutReopeningCompetition",
                "type": "closed",
                "description": "This framework agreement will be established as a single-supplier arrangement. NTL will have the ability to directly award contracts to the appointed supplier. Framework pricing will be based on the successful supplier's final tender submission and will constitute the applicable charges under the agreement."
            }
        },
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-07-01T00:00:00+01:00",
                    "endDate": "2030-07-01T23:59:59+01:00",
                    "maxExtentDate": "2034-07-01T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 3120000,
                    "amount": 2600000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "Cost",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical (Quality)",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "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). Extensions may be considered where: Service performance has consistently met or exceeded the required KPIs, including compliance, responsiveness, environmental standards, and reporting obligations. Operational continuity is desirable to avoid service disruption, particularly where ongoing site-specific knowledge or specialist waste-handling expertise is beneficial. Value for money can be demonstrated, including benchmarking or a review showing that the extension period remains commercially advantageous. Regulatory compliance continues to be maintained, with the supplier remaining appropriately licensed for handling, transporting, and disposing of liquid waste. Business needs remain unchanged, and the scope and volume of liquid waste removal services are still required in line with the existing specification. If both extension options are applied, the breakdown is as follows: Initial Term: 4 years Extension Option 1: 2 years Extension Option 2: 2 years Maximum Contract Duration: 8 years total"
                },
                "hasOptions": true,
                "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: -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."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-01-26T23:59:59Z"
        },
        "status": "active",
        "value": {
            "amountGross": 3120000,
            "amount": 2600000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The Tender stages will be run as follows: Stage 1 All interested suppliers may apply to participate in this procurement via https://www.delta-esourcing.com using Tenderbox Reference: BDGN4R5X52. Optional site visits may be undertaken where applicable. Following 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. Compliant 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). NTL may, at any stage, request clarification on any aspect of a supplier's 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's queries. Any 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. Stage 2 (Optional) - Following evaluation of the ITN, NTL may invite the 3 highest-scoring Tenderers to submit Best and Final Offers (BAFOs). - BAFOs must follow instructions issued via Delta and be based on final Specification, Contract, and Pricing documents. - No amendments to the final-form contract documents are permitted. - BAFOs will be evaluated using the same criteria and methodology as the original Tender Responses. - Whilst NTL may request BAFOs, suppliers should not rely on any potential subsequent opportunities for providing improved commercial offers."
        },
        "submissionMethodDetails": "https://www.delta-esourcing.com/ Tenderbox Reference: BDGN4R5X52",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-03-16T17:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-05-20T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "009104-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/009104-2026",
                "datePublished": "2026-02-02T15:52:13Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}