Tender

FW085 General Property Maintenance Framework

  • Translink

F05: Contract notice – utilities

Notice identifier: 2022/S 000-005684

Procurement identifier (OCID): ocds-h6vhtk-031ccd

Published 2 March 2022, 11:35am



Section one: Contracting entity

one.1) Name and addresses

Translink

Procurement Department

Belfast

BT2 7LX

Contact

etnitranslink.co.uk

Email

etni@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

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