Tender

FW099 General On-site Safety

  • Translink

F05: Contract notice – utilities

Notice identifier: 2022/S 000-014818

Procurement identifier (OCID): ocds-h6vhtk-034088

Published 26 May 2022, 5:25pm



Section one: Contracting entity

one.1) Name and addresses

Translink

Procurement Department

Belfast

BT2 7LX

Contact

chris clarke

Email

chris.clarke@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

FW099 General 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 general 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 general 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.1.3) 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