Opportunity

FW073 Framework for Civil Engineering Contractor

  • Translink

F05: Contract notice – utilities

Notice reference: 2021/S 000-011063

Published 19 May 2021, 12:14pm



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.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

FW073 Framework for Civil Engineering Contractor

two.1.2) Main CPV code

  • 45200000 - Works for complete or part construction and civil engineering work

two.1.3) Type of contract

Works

two.1.4) Short description

Translink’s Infrastructure and Property Division is responsible for maintenance and capital works to all infrastructure and property for Northern Ireland Railways Company, Ulsterbus, Metro and NITHC. In order to assist Translink’s Infrastructure and Property Division in its programme of maintenance and capital projects. The purpose of this Framework is to provide design services and construction works to support the delivery of the Client’s programme of capital and maintenance construction works. Typically, the work to be undertaken using this Framework is of a Civil Engineering Nature. Works Packages may be awarded under Traditional or Design and Build contracts. An overview of the type of works to be undertaken using the Framework is as follows; Bridges (under/over line, viaducts, footbridges), Culverts, Tunnels, Earthworks and Retaining Structures, Rock Cuttings (including cliffs), Sea and River Defences, Platforms, Gantries, Miscellaneous Structures e.g. water towers, Drainage systems, Permanent Way (e.g. ballasted track, slab track, switches and crossings, rail welding, track electrification), Piling / Specialist foundations, Steelwork, Vegetation removal, Handrails and Walkways, Contractor designed solutions – including temporary works, Railway support systems – Lighting columns, train wash refuelling etc This list is not exhaustive and may be subject to amendment by the Client. A project may require all or some of the above, depending on its complexity. Your proposal MUST be submitted within the eTendersNI portal, via this CfT. NO OTHER METHOD OF SUBMISSION WILL BE ACCEPTED.

two.1.5) Estimated total value

Value excluding VAT: £150,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

Translink’s Infrastructure and Property Division is responsible for maintenance and capital works to all infrastructure and property for Northern Ireland Railways Company, Ulsterbus, Metro and NITHC. In order to assist Translink’s Infrastructure and Property Division in its programme of maintenance and capital projects. The purpose of this Framework is to provide design services and construction works to support the delivery of the Client’s programme of capital and maintenance construction works. Typically, the work to be undertaken using this Framework is of a Civil Engineering Nature. Works Packages may be awarded under Traditional or Design and Build contracts. An overview of the type of works to be undertaken using the Framework is as follows; Bridges (under/over line, viaducts, footbridges), Culverts, Tunnels, Earthworks and Retaining Structures, Rock Cuttings (including cliffs), Sea and River Defences, Platforms, Gantries, Miscellaneous Structures e.g. water towers, Drainage systems, Permanent Way (e.g. ballasted track, slab track, switches and crossings, rail welding, track electrification), Piling / Specialist foundations, Steelwork, Vegetation removal, Handrails and Walkways, Contractor designed solutions – including temporary works, Railway support systems – Lighting columns, train wash refuelling etc This list is not exhaustive and may be subject to amendment by the Client. A project may require all or some of the above, depending on its complexity. Your proposal MUST be submitted within the eTendersNI portal, via this CfT. 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: £150,000,000

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

Option to extend to a maximum of 48 months

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: 7

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.2.2) Time limit for receipt of tenders or requests to participate

Date

24 June 2021

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: 24 June 2022


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

NITHC

Belfast

Country

United Kingdom