Section one: Contracting entity
one.1) Name and addresses
Ulsterbus
Procurement Department
Belfast
BT2 7LX
Contact
Linda Brown
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
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
Country
United Kingdom