Section one: Contracting entity
one.1) Name and addresses
Translink
Procurement Department
Belfast
BT2 7LX
Contact
chris clarke
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
FW100 Rail On-site Safety
two.1.2) Main CPV code
- 79417000 - Safety consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Translink's Infrastructure and Projects Division is responsible for maintenance and capital works to all property, infrastructure and assets for Northern Ireland Railways Company, Ulsterbus, Metro and NITHC and wish to establish a Framework for the provision of Rail on-site safety services to support the delivery of Translink’s programme of capital and maintenance works. Translink wish to appoint seven (excluding ties) Suppliers onto the Framework. It is anticipated that five (5) of the Suppliers will be on an active list with the remaining two (2) Suppliers on a reserve list. In the event of the number of successful Suppliers being five (5) or under, all Suppliers will be placed on the active list. The duration of this Framework will be a maximum of 6 years in total - a 3-year initial term with the option to extend by a further 36 months. No individual single extension will be granted for a period longer than 24 months and any extension will be at the discretion of the Client. 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)
- 79417000 - Safety consultancy services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Translink's Infrastructure and Projects Division is responsible for maintenance and capital works to all property, infrastructure and assets for Northern Ireland Railways Company, Ulsterbus, Metro and NITHC and wish to establish a Framework for the provision of Rail on-site safety services to support the delivery of Translink’s programme of capital and maintenance works. Translink wish to appoint seven (excluding ties) Suppliers onto the Framework. It is anticipated that five (5) of the Suppliers will be on an active list with the remaining two (2) Suppliers on a reserve list. In the event of the number of successful Suppliers being five (5) or under, all Suppliers will be placed on the active list. The duration of this Framework will be a maximum of 6 years in total - a 3-year initial term with the option to extend by a further 36 months. No individual single extension will be granted for a period longer than 24 months and any extension will be at the discretion of the Client. 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.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The duration of this Framework will be a maximum of 6 years in total - a 3-year initial term with the option to extend by a further 36 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 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: 7
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
28 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: 25 December 2022
four.2.7) Conditions for opening of tenders
Date
28 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: 5 years
six.4) Procedures for review
six.4.1) Review body
Ulsterbus
Belfast
Country
United Kingdom