Contract

FW049 Common Safety Method (CSM) and Interoperability Framework

  • Translink

F06: Contract award notice – utilities

Notice identifier: 2022/S 000-009061

Procurement identifier (OCID): ocds-h6vhtk-0304eb

Published 5 April 2022, 10:24am



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.6) Main activity

Urban railway, tramway, trolleybus or bus services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

FW049 Common Safety Method (CSM) and Interoperability Framework

two.1.2) Main CPV code

  • 71317200 - Health and safety services

two.1.3) Type of contract

Services

two.1.4) Short description

This Framework is being established to deliver professional services in both Common Safety Method (CSM) and Interoperability for Translink’s infrastructure department. The type of Work Packages that may be commissioned via the Framework will typically comprise the following: • Deliver the services of Accredited Notified Body (NoBo), Designated Body (DeBo) and Assessment Body (AsBo), or future iterations of these roles. Suppliers should have the ability to undertake these roles both in the UK and an EU Member State, in order to be proactive to changes in Regulations that are applicable to Northern Ireland or on cross-border projects (e.g., Belfast-Dublin line). • Provision of Independent Safety Assessments and Railways Product Certification services for the safety approval of products and systems. • Able to provide test and measurement services for the rail sector, including components, products and Signalling products. • Support Translink in achieving any necessary authorisations, through compliance assessment and certification to compile the relevant assessment outputs and offer constructive and objective feedback throughout the process. • Compile the NoBo or DeBo file for submission to the National Safety Authority or the European Union Agency for Railways. • Provide training to members of Staff on Interoperability and CSM to ensure process steps and requirements of the legislation are fully understood. The Supplier will deliver any Work Packages in line with the NIR Infrastructure and Project Change Management Policy - Framework – Guidance (I/SYP/POL/1801) for CSM and Interoperability. 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)

  • 71317210 - Health and safety consultancy services
  • 79417000 - Safety consultancy services
  • 80550000 - Safety training services

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 professional services in both Common Safety Method (CSM) and Interoperability for Translink’s infrastructure department. The type of Work Packages that may be commissioned via the Framework will typically comprise the following: • Deliver the services of Accredited Notified Body (NoBo), Designated Body (DeBo) and Assessment Body (AsBo), or future iterations of these roles. Suppliers should have the ability to undertake these roles both in the UK and an EU Member State, in order to be proactive to changes in Regulations that are applicable to Northern Ireland or on cross-border projects (e.g., Belfast-Dublin line). • Provision of Independent Safety Assessments and Railways Product Certification services for the safety approval of products and systems. • Able to provide test and measurement services for the rail sector, including components, products and Signalling products. • Support Translink in achieving any necessary authorisations, through compliance assessment and certification to compile the relevant assessment outputs and offer constructive and objective feedback throughout the process. • Compile the NoBo or DeBo file for submission to the National Safety Authority or the European Union Agency for Railways. • Provide training to members of Staff on Interoperability and CSM to ensure process steps and requirements of the legislation are fully understood. The Supplier will deliver any Work Packages in line with the NIR Infrastructure and Project Change Management Policy - Framework – Guidance (I/SYP/POL/1801) for CSM and Interoperability. 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.2.11) 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

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-032116


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 April 2022

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

ARCADIS CONSULTING UK LIMITED

Arcadis Cymru House St Mellons Business Park, Fortran Road

CARDIFF

CF3 0EY

Email

rachel.murphy@arcadis.com

Telephone

+44 2920774310

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

No

five.2.3) Name and address of the contractor

RICARDO RAIL LTD

EDWARD LLOYD HOUSE

DERBY

DE24 8ZS

Email

martin.hayhoe@ricardo.com

Telephone

+44 1332268700

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

No


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Translink Ltd

Belfast

Country

United Kingdom