Section one: Contracting entity
one.1) Name and addresses
Translink
Procurement Department
Belfast
BT2 7LX
Contact
etnitranslink.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
FW085 General Property Maintenance Framework
two.1.2) Main CPV code
- 50700000 - Repair and maintenance services of building installations
two.1.3) Type of contract
Services
two.1.4) Short description
Translink is establishing a Framework for the provision of general property maintenance works. The Client’s Property Department is responsible for maintenance, minor works and capital projects in respect of all property for Northern Ireland Railways, Ulsterbus, Metro and NITHC. This includes the following: • Railway Stations • Bus Stations • Offices • Shops • Retail Units • Infrastructure Storage Facilities • Bus/Rail Yards / Hard Standings • Warehouses • Engineering Workshops and Garages • Fuel and Wash Facilities • Integrated Bus and Rail Facilities • Park and Ride Facilities • Multi Story Car Parks • Pedestrian bridges • Associated infrastructure and services such as roads, water, drainage • Railway station platforms incl. canopies • Pedestrian walkways, Cycleways, access paths • Station Signage The Framework will be structured into two LOTS; LOT 1 - Southern Area LOT 2 - Northern Area Each LOT will consist of a Primary Supplier who will undertake day to day planned and reactive Work Packages within the respective geographic areas. However, Suppliers may be asked to undertake a Work Package in any location across Northern Ireland. 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: £10,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
two.2) Description
two.2.1) Title
Lot 1 - Southern Region
Lot No
1
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Translink is establishing a Framework for the provision of general property maintenance works. The Client’s Property Department is responsible for maintenance, minor works and capital projects in respect of all property for Northern Ireland Railways, Ulsterbus, Metro and NITHC. This includes the following: • Railway Stations • Bus Stations • Offices • Shops • Retail Units • Infrastructure Storage Facilities • Bus/Rail Yards / Hard Standings • Warehouses • Engineering Workshops and Garages • Fuel and Wash Facilities • Integrated Bus and Rail Facilities • Park and Ride Facilities • Multi Story Car Parks • Pedestrian bridges • Associated infrastructure and services such as roads, water, drainage • Railway station platforms incl. canopies • Pedestrian walkways, Cycleways, access paths • Station Signage The Framework will be structured into two LOTS; LOT 1 - Southern Area LOT 2 - Northern Area Each LOT will consist of a Primary Supplier who will undertake day to day planned and reactive Work Packages within the respective geographic areas. However, Suppliers may be asked to undertake a Work Package in any location across Northern Ireland. 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: £5,000,000
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
Option to extend by a further 48 months. No individual extension will be granted for a period longer than 24 months and any extension will be at the discretion of the Client.
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
two.2) Description
two.2.1) Title
Lot 2 - Northern Region
Lot No
2
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Translink is establishing a Framework for the provision of general property maintenance works. The Client’s Property Department is responsible for maintenance, minor works and capital projects in respect of all property for Northern Ireland Railways, Ulsterbus, Metro and NITHC. This includes the following: • Railway Stations • Bus Stations • Offices • Shops • Retail Units • Infrastructure Storage Facilities • Bus/Rail Yards / Hard Standings • Warehouses • Engineering Workshops and Garages • Fuel and Wash Facilities • Integrated Bus and Rail Facilities • Park and Ride Facilities • Multi Story Car Parks • Pedestrian bridges • Associated infrastructure and services such as roads, water, drainage • Railway station platforms incl. canopies • Pedestrian walkways, Cycleways, access paths • Station Signage The Framework will be structured into two LOTS; LOT 1 - Southern Area LOT 2 - Northern Area Each LOT will consist of a Primary Supplier who will undertake day to day planned and reactive Work Packages within the respective geographic areas. However, Suppliers may be asked to undertake a Work Package in any location across Northern Ireland. 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: £5,000,000
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
Option to extend by a further 48 months. No individual extension will be granted for a period longer than 24 months and any extension will be at the discretion of the Client.
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
Restricted 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: 8
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 April 2022
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: 4 October 2022
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Option to extend by a further 48 months. No individual extension will be granted for a period longer than 24 months and any extension will be at the discretion of the Client.
six.4) Procedures for review
six.4.1) Review body
Translink Ltd
Belfast
Country
United Kingdom