Section one: Contracting entity
one.1) Name and addresses
Translink
Procurement Department
Belfast
BT2 7LX
Contact
Chris Clarke
Country
United Kingdom
Region 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