Opportunity

FW096 Permanent Way Works Delivery Framework

  • Translink

F05: Contract notice – utilities

Notice reference: 2023/S 000-006913

Published 9 March 2023, 2:03pm



Section one: Contracting entity

one.1) Name and addresses

Translink

Procurement Department

Belfast

BT2 7LX

Contact

Chris Clarke

Email

chris.clarke@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

FW096 Permanent Way Works Delivery Framework

two.1.2) Main CPV code

  • 45234100 - Railway construction works

two.1.3) Type of contract

Works

two.1.4) Short description

This Framework is being established to deliver the following types of work, and Suppliers must be capable of undertaking all elements of the Framework Scope. The majority of Work Packages are anticipated to be instructed using Task Orders and Service Orders under the Framework’s associated Term Service Contract (TSC). Further details are set out within the Scope for that contract, but are expected to include the following: • Planned and reactive maintenance, refurbishment and minor renewals activity to Permanent Way • Supply and supervision of safety-critical labour, plant and safe systems of work • Site clearance • Vegetation management • Intrusive and non-intrusive surveys and inspections • Installation, repairs, or maintenance to fencing or signage • Supply of materials or equipment • Supply, operation, and maintenance of plant including on-track plant • Resurfacing works to roads and level crossings The Supplier may be required to undertake other construction activity utilising the NEC4 Engineering and Construction Contract (ECC) or NEC4 Engineering and Construction Short Contract (ECSC). These are anticipated to be utilised for the following: • Minor / low-complexity standalone projects that are Permanent-Way led • Significant vegetation management, clearance, survey or fencing work that warrants use of these contract types The Supplier may be required to undertake professional services using the NEC4 Professional Services Short Contract (PSSC), including (but not limited to) the following: • Minor design activity in relation to Permanent Way • Provision of embedded staff within the Client’s organisation on a fixed-term basis • Technical advice / early contractor involvement • Surveys or studies The Supplier may be required to supply plant, equipment or materials utilising the NEC4 Supply Short Contract (SSC). 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.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45234100 - Railway construction works

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

This Framework is being established to deliver the following types of work, and Suppliers must be capable of undertaking all elements of the Framework Scope. The majority of Work Packages are anticipated to be instructed using Task Orders and Service Orders under the Framework’s associated Term Service Contract (TSC). Further details are set out within the Scope for that contract, but are expected to include the following: • Planned and reactive maintenance, refurbishment and minor renewals activity to Permanent Way • Supply and supervision of safety-critical labour, plant and safe systems of work • Site clearance • Vegetation management • Intrusive and non-intrusive surveys and inspections • Installation, repairs, or maintenance to fencing or signage • Supply of materials or equipment • Supply, operation, and maintenance of plant including on-track plant • Resurfacing works to roads and level crossings The Supplier may be required to undertake other construction activity utilising the NEC4 Engineering and Construction Contract (ECC) or NEC4 Engineering and Construction Short Contract (ECSC). These are anticipated to be utilised for the following: • Minor / low-complexity standalone projects that are Permanent-Way led • Significant vegetation management, clearance, survey or fencing work that warrants use of these contract types The Supplier may be required to undertake professional services using the NEC4 Professional Services Short Contract (PSSC), including (but not limited to) the following: • Minor design activity in relation to Permanent Way • Provision of embedded staff within the Client’s organisation on a fixed-term basis • Technical advice / early contractor involvement • Surveys or studies The Supplier may be required to supply plant, equipment or materials utilising the NEC4 Supply Short Contract (SSC). 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: £60,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Initial contract period 36 months, with the option to extend for a further 36 month period.

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: 3

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

17 April 2023

Local time

3:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

25 May 2023

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: 14 October 2023


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: No earlier than end of year 2 of the extension period.

six.4) Procedures for review

six.4.1) Review body

Ulsterbus

Belfast

Country

United Kingdom