Section one: Contracting entity
one.1) Name and addresses
Translink
Procurement Department
Belfast
BT2 7LX
Contact
etnitranslink.co.uk
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.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.6) Main activity
Urban railway, tramway, trolleybus or bus services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework 118 Supply of Rail
two.1.2) Main CPV code
- 34946120 - Railway materials
two.1.3) Type of contract
Supplies
two.1.4) Short description
Translink” is establishing a multi-supplier Framework for the supply of rail to support the delivery of Translink’s programme of capital and maintenance works. Translink is a trading name used by any one or more of the companies under the ultimate ownership of the Northern Ireland Transport Holding Company (NITHC). Translink wish to appoint a number of Suppliers onto the Framework, split across two Lots. It is anticipated that each Lot will comprise one Primary and two Secondary suppliers. While Suppliers are entitled to submit tenders for both Lots under the Framework, it is not a requirement that Suppliers submit tenders for both Lots. The Framework will be divided into two Lots based on the primary work activities anticipated to be delivered under this Framework as follows: Lot 1 – Standard and Premium Grade Rail and Lot 2 – Corrosion Resistant Rail .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: Yes
two.2) Description
two.2.1) Title
Standard and Premium Grade Rail
Lot No
1
two.2.2) Additional CPV code(s)
- 34940000 - Railway equipment
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Translink” is establishing a multi-supplier Framework for the supply of rail to support the delivery of Translink’s programme of capital and maintenance works. Translink is a trading name used by any one or more of the companies under the ultimate ownership of the Northern Ireland Transport Holding Company (NITHC). Translink wish to appoint a number of Suppliers onto the Framework, split across two Lots. It is anticipated that each Lot will comprise one Primary and two Secondary suppliers. While Suppliers are entitled to submit tenders for both Lots under the Framework, it is not a requirement that Suppliers submit tenders for both Lots. The Framework will be divided into two Lots based on the primary work activities anticipated to be delivered under this Framework as follows: Lot 1 – Standard and Premium Grade Rail and Lot 2 – Corrosion Resistant Rail .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
two.2) Description
two.2.1) Title
Corrosion Resistant Rail
Lot No
2
two.2.2) Additional CPV code(s)
- 34940000 - Railway equipment
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Translink” is establishing a multi-supplier Framework for the supply of rail to support the delivery of Translink’s programme of capital and maintenance works. Translink is a trading name used by any one or more of the companies under the ultimate ownership of the Northern Ireland Transport Holding Company (NITHC). Translink wish to appoint a number of Suppliers onto the Framework, split across two Lots. It is anticipated that each Lot will comprise one Primary and two Secondary suppliers. While Suppliers are entitled to submit tenders for both Lots under the Framework, it is not a requirement that Suppliers submit tenders for both Lots. The Framework will be divided into two Lots based on the primary work activities anticipated to be delivered under this Framework as follows: Lot 1 – Standard and Premium Grade Rail and Lot 2 – Corrosion Resistant Rail .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: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-022301
four.2.9) Information about termination of call for competition in the form of a periodic indicative notice
The contracting entity will not award any further contracts based on the above periodic indicative notice
Section five. Award of contract
Contract No
1
Lot No
1
Title
Standard and Premium Grade Rail
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
20 March 2025
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 2
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
BRITISH STEEL LIMITED
Brigg Road
SCUNTHORPE
DN16 1XA
darren.cole@britishsteel.co.uk
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
SAARSTAHL RAIL
LIBERTY RAIL 164 RUE MARECHAL FOCH
HAYANGE
57700
Country
France
NUTS code
- FR - France
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.3) Name and address of the contractor
voestalpine Rail Technology GmbH
Kerpelystrasse 199
Leoben
8700
Country
Austria
NUTS code
- AT - Austria
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
Section five. Award of contract
Contract No
2
Lot No
2
Title
Corrosion Resistant Rail
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
20 March 2025
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Ulsterbus Limited
Belfast
Country
United Kingdom