Contract

Framework 118 Supply of Rail

  • Translink

F06: Contract award notice – utilities

Notice identifier: 2025/S 000-010351

Procurement identifier (OCID): ocds-h6vhtk-047e7c (view related notices)

Published 20 March 2025, 11:26am



Section one: Contracting entity

one.1) Name and addresses

Translink

Procurement Department

Belfast

BT2 7LX

Contact

etnitranslink.co.uk

Email

linda.brown@translink.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

Email

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

Email

alex.mccann@amtrackgroup.com

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

Email

anita.kozak@voestalpine.com

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