Tender

FW076 Manufacture and Supply of Concrete Railway Sleepers

  • Translink

F05: Contract notice – utilities

Notice identifier: 2022/S 000-010877

Procurement identifier (OCID): ocds-h6vhtk-03311b

Published 27 April 2022, 6:21pm



Section one: Contracting entity

one.1) Name and addresses

Translink

Procurement Department

Belfast

Contact

Paul McCollough

Email

paul.mccollough@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

FW076 Manufacture and Supply of Concrete Railway Sleepers

two.1.2) Main CPV code

  • 34946120 - Railway materials

two.1.3) Type of contract

Supplies

two.1.4) Short description

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). One of these companies, Northern Ireland Railways wishes to establish a Framework for the manufacture and delivery of prestressed concrete monoblock railway sleepers to support the delivery of Translink’s programme of capital and maintenance works. The framework will contain a maximum of four suppliers, one primary, two secondary and one reserve. The duration will be for an initial period of four years with extensions options up to a maximum of 48 months. 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.1.5) Estimated total value

Value excluding VAT: £15,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 44114200 - Concrete products

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

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). One of these companies, Northern Ireland Railways wishes to establish a Framework for the manufacture and delivery of prestressed concrete monoblock railway sleepers to support the delivery of Translink’s programme of capital and maintenance works. The framework will contain a maximum of four suppliers, one primary, two secondary and one reserve. The duration will be for an initial period of four years with extensions options up to a maximum of 48 months. 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: £15,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

4 years plus a further 48 month extension option

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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

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

2 June 2022

Local time

3:00pm

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: 29 November 2022

four.2.7) Conditions for opening of tenders

Date

2 June 2022

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 8 years

six.4) Procedures for review

six.4.1) Review body

NIR

Belfast

Email

paul.mccollough@translink.co.uk

Country

United Kingdom