Section one: Contracting entity
one.1) Name and addresses
Translink
Procurement Department
Belfast
BT2 7LX
Contact
Rhonda Gourley
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.6) Main activity
Urban railway, tramway, trolleybus or bus services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Digital and Data Transformation
Reference number
P-1388
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
The following is provided in good faith and is intended only as a preliminary background explanation to Translink’s requirement, it does not purport to be all inclusive. In order to support our values and objectives and to assist with the development and delivery of major programmes and initiatives across the Group, Translink wishes to establish a Framework Arrangement with suitably qualified and experienced organisations to deliver a data strategy and subsequent implementation support services across a range of activities. These activities have been categorised into two lots. The anticipated start date is 1 April 2021 however dates may be subject to change. Translink reserve the right to accept part of any Tender from one or any number of Tenderers and may change the contracting strategy at any time.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £4,000,000
two.2) Description
two.2.1) Title
Strategy
Lot No
1
two.2.2) Additional CPV code(s)
- 72300000 - Data services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
The following is provided in good faith and is intended only as a preliminary background explanation to Translink’s requirement, it does not purport to be all inclusive. In order to support our values and objectives and to assist with the development and delivery of major programmes and initiatives across the Group, Translink wishes to establish a Framework Arrangement with suitably qualified and experienced organisations to deliver a data strategy and subsequent implementation support services across a range of activities. These activities have been categorised into two lots. The anticipated start date is 1 April 2021 however dates may be subject to change. Translink reserve the right to accept part of any Tender from one or any number of Tenderers and may change the contracting strategy at any time.
two.2.5) Award criteria
Quality criterion - Name: Quality / Technical Criteria / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
Options included to extend the contract.
First option for a further period of 2 years;
Second option for a further period of 2 years;
Third option for a further period of 1 year;
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
Implementation
Lot No
2
two.2.2) Additional CPV code(s)
- 72300000 - Data services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
The following is provided in good faith and is intended only as a preliminary background explanation to Translink’s requirement, it does not purport to be all inclusive. In order to support our values and objectives and to assist with the development and delivery of major programmes and initiatives across the Group, Translink wishes to establish a Framework Arrangement with suitably qualified and experienced organisations to deliver a data strategy and subsequent implementation support services across a range of activities. These activities have been categorised into two lots. The anticipated start date is 1 April 2021 however dates may be subject to change. Translink reserve the right to accept part of any Tender from one or any number of Tenderers and may change the contracting strategy at any time.
two.2.5) Award criteria
Quality criterion - Name: Quality / Technical / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
Options included to extend the contract:
First option for a further period of 2 years;
Second option for a further period of 2 years;
Third option for a further period of 1 year.
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: 2020/S 251-634431
Section five. Award of contract
Contract No
1
Lot No
1
Title
Strategy
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
22 July 2021
five.2.2) Information about tenders
Number of tenders received: 13
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 13
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Deloitte - Main Account MCS/LLP
Hill House
LONDON
EC4A 3JR
Telephone
+44 02890322861
Country
United Kingdom
NUTS code
- UK - United Kingdom
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
Implementation
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 July 2021
five.2.2) Information about tenders
Number of tenders received: 13
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 13
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
ANAEKO LIMITED
Unit 10b4 Linfield Industrial Estate Linfield Road
BELFAST
BT12 5GH
Telephone
+44 02890236742
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
ERNST YOUNG LLP
1 More Place
LONDON
SE1 7EU
Telephone
+4 02079512000
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
Deloitte - Main Account MCS/LLP
Hill House
LONDON
EC4A 3JR
Telephone
+4 02890322861
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £4,000,000
Total value of the contract/lot: £4,000,000
Section six. Complementary information
six.3) Additional information
Let’s work together:. — follow us on Twitter at www.twitter.com/TranslinkB2B for opportunities worth 50 000 GBP or more,. — check out our website at www.translink.co.uk/Corporate/Procurement/. — participate in tenders at https://etendersni.gov.uk/epps. For assistance using eTendersNI and registering your Organisation please contact the helpdesk whose number is located on the eTendersNI contact us page.. . Note: Do not leave completing your PQQ/ITT response until the last minute, late responses shall be rejected.. The Contracting Authority reserves the right not to award any contract as a result of this competition. About the Translink Group: throughout the documentation, both ‘Translink’ and ‘Group’ refer to the same corporate entities. Both shall be taken to comprise the Northern Ireland Transport Holding Company (NITHC) in addition to it's main operating subsidiaries Citybus Ltd, Northern Ireland Railways Company Ltd and Ulsterbus Ltd.
six.4) Procedures for review
six.4.1) Review body
Please see VI.4.3 below
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures: . . Translink will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Utilities Contracts Regulations 2016 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court of Justice in Northern Ireland, Royal Courts of Justice.