Awarded contract

Digital and Data Transformation

  • Translink

F06: Contract award notice – utilities

Notice reference: 2021/S 000-017872

Published 27 July 2021, 8:25pm



Section one: Contracting entity

one.1) Name and addresses

Translink

Procurement Department

Belfast

BT2 7LX

Contact

Rhonda Gourley

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.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

Email

cpdtenders@deloitte.co.uk

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

Email

denis.murphy@anaeko.com

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

Email

jkilliner@uk.ey.com

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

Email

cpdtenders@deloitte.co.uk

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.