Opportunity

Framework 092 Railway Approved Equipment and Services Supply

  • Ulsterbus Ltd

F05: Contract notice – utilities

Notice reference: 2024/S 000-002517

Published 25 January 2024, 9:23am



Section one: Contracting entity

one.1) Name and addresses

Ulsterbus Ltd

Procurement Department

Belfast

BT2 7LX

Contact

linda.browntranslink.co.uk

Email

linda.brown@translink.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.3) Communication

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

https://etendersni.gov.uk/epps

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

Urban railway, tramway, trolleybus or bus services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework 092 Railway Approved Equipment and Services Supply

two.1.2) Main CPV code

  • 34940000 - Railway equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

Translink” is establishing a Single Supplier Framework for the supply of Railway Approved equipment and services to support the delivery of Translink’s programme of capital and maintenance works. The Client’s Infrastructure and Projects Division is responsible for maintenance and capital works to all Railway infrastructure for Northern Ireland Railways Company. The Framework Contract covers the supply and delivery of Railway approved equipment covering Signalling, Telecoms, P-way, Electrical and Plant disciplines. This equipment is specified in industry approved designs produced for Translink during the delivery of its programme of capital works. The Translink stores department maintains a stock level of equipment spares and parts in support of capital projects works and the day to day maintenance of the railway infrastructure. As part of the support the repair, refurbishment and replacement of warranty and non-warranty products supplied under this agreement is required. The Suppliers must be capable of undertaking all elements of the Framework Scope. The Framework will consist of an Active and a Reserve List. The Active List will consist of 1 Supplier, and a Reserve List of 1 Supplier. The duration of this Framework will be a maximum of 8 years in total - a 4-year initial term with the option to extend by a further 48 months. No individual extension will be granted for a period longer than 12 months and any extension will be at the discretion of the Client. Your response must be submitted via the relevant Call for Tender (CfT) on the eTendersNI portal. Instructions on how to submit your response can be found within the Interactive Walkthrough on the eTendersNI Homepage. No other method of submission will be accepted.

two.1.5) Estimated total value

Value excluding VAT: £0.01

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34940000 - Railway equipment

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

Translink” is establishing a Single Supplier Framework for the supply of Railway Approved equipment and services to support the delivery of Translink’s programme of capital and maintenance works. The Client’s Infrastructure and Projects Division is responsible for maintenance and capital works to all Railway infrastructure for Northern Ireland Railways Company. The Framework Contract covers the supply and delivery of Railway approved equipment covering Signalling, Telecoms, P-way, Electrical and Plant disciplines. This equipment is specified in industry approved designs produced for Translink during the delivery of its programme of capital works. The Translink stores department maintains a stock level of equipment spares and parts in support of capital projects works and the day to day maintenance of the railway infrastructure. As part of the support the repair, refurbishment and replacement of warranty and non-warranty products supplied under this agreement is required. The Suppliers must be capable of undertaking all elements of the Framework Scope. The Framework will consist of an Active and a Reserve List. The Active List will consist of 1 Supplier, and a Reserve List of 1 Supplier. The duration of this Framework will be a maximum of 8 years in total - a 4-year initial term with the option to extend by a further 48 months. No individual extension will be granted for a period longer than 12 months and any extension will be at the discretion of the Client. Your response must be submitted via the relevant Call for Tender (CfT) on the eTendersNI portal. Instructions on how to submit your response can be found within the Interactive Walkthrough on the eTendersNI Homepage. No other method of submission will be accepted.

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: £1

two.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

4 years plus a 4 year extension option

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open 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

Envisaged maximum number of participants to the framework agreement: 2

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

27 February 2024

Local time

3:00pm

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

Tender must be valid until: 25 August 2024

four.2.7) Conditions for opening of tenders

Date

27 February 2024

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: after 4 years

six.4) Procedures for review

six.4.1) Review body

Ulsterbus

Belfast

Country

United Kingdom