Contract

Framework 092 Railway Approved Equipment and Services Supply

  • Ulsterbus

F06: Contract award notice – utilities

Notice identifier: 2024/S 000-018662

Procurement identifier (OCID): ocds-h6vhtk-043461

Published 17 June 2024, 4:22pm



Section one: Contracting entity

one.1) Name and addresses

Ulsterbus

Procurement Department

Belfast

BT2 7LX

Contact

Linda Brown

Email

linda.brown@translink.co.uk

Country

United Kingdom

Region 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

Framework 092 Railway Approved Equipment and Services Supply

two.1.2) Main CPV code

  • 34940000 - Railway equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

Translink” is establishing a Supplier Framework for the supply of Railway Approved equipment and services to support the delivery of Translink’s programme of capital and maintenance works. The Client’s Infrastructure and Projects Division is responsible for maintenance and capital works to all Railway infrastructure for Northern Ireland Railways Company. The Framework Contract covers the supply and delivery of Railway approved equipment covering Signalling, Telecoms, P-way, Electrical and Plant disciplines. This equipment is specified in industry approved designs produced for Translink during the delivery of its programme of capital works. The Translink stores department maintains a stock level of equipment spares and parts in support of capital projects works and the day to day maintenance of the railway infrastructure. As part of the support the repair, refurbishment and replacement of warranty and non-warranty products supplied under this agreement is required. The Suppliers must be capable of undertaking all elements of the Framework Scope. The Framework will consist of an Active and a Reserve List. The Active List will consist of 1 Supplier, and a Reserve List of 1 Supplier. The duration of this Framework will be a maximum of 8 years in total - a 4-year initial term with the option to extend by a further 48 months. No individual extension will be granted for a period longer than 12 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.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £0.01 / Highest offer: £0.01 taken into consideration

two.2) Description

two.2.2) Additional CPV code(s)

  • 34940000 - Railway equipment

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

Translink” is establishing a Supplier Framework for the supply of Railway Approved equipment and services to support the delivery of Translink’s programme of capital and maintenance works. The Client’s Infrastructure and Projects Division is responsible for maintenance and capital works to all Railway infrastructure for Northern Ireland Railways Company. The Framework Contract covers the supply and delivery of Railway approved equipment covering Signalling, Telecoms, P-way, Electrical and Plant disciplines. This equipment is specified in industry approved designs produced for Translink during the delivery of its programme of capital works. The Translink stores department maintains a stock level of equipment spares and parts in support of capital projects works and the day to day maintenance of the railway infrastructure. As part of the support the repair, refurbishment and replacement of warranty and non-warranty products supplied under this agreement is required. The Suppliers must be capable of undertaking all elements of the Framework Scope. The Framework will consist of an Active and a Reserve List. The Active List will consist of 1 Supplier, and a Reserve List of 1 Supplier. The duration of this Framework will be a maximum of 8 years in total - a 4-year initial term with the option to extend by a further 48 months. No individual extension will be granted for a period longer than 12 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

Quality criterion - Name: cost / Weighting: 70

Cost criterion - Name: technical / Weighting: 30

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

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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-002517


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 June 2024

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

RIVVAL LTD

Oakdale

Carrickmacross

None

Email

michael.murphy@rivval.com

Country

Ireland

NUTS code
  • IE - Ireland
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: £0.01

Total value of the contract/lot: £0.01


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Translink

Great Victoria Street

Belfast

BT2 7BA

Email

linda.brown@translink.co.uk

Country

United Kingdom