Planning

FW097 Permanent Way Contractor Framework

  • Translink

F04: Periodic indicative notice – utilities (periodic indicative notice only)

Notice identifier: 2022/S 000-018730

Procurement identifier (OCID): ocds-h6vhtk-034fd2

Published 8 July 2022, 11:19am



Section one: Contracting entity

one.1) Name and addresses

Translink

Procurement Department

Belfast

BT2 7LX

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

Additional information can be obtained from 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

FW097 Permanent Way Contractor Framework

two.1.2) Main CPV code

  • 45234129 - Urban railway track construction works

two.1.3) Type of contract

Works

two.1.4) Short description

Translink is responsible for both maintenance and capital works to infrastructure on the Northern Ireland Railways (NIR) network. Translink wish to establish a long-term Permanent Way Contractor framework and would like to invite expressions of interest from suppliers with a proven record in the delivery of significant rail infrastructure projects.

The Translink project team have set aside some time to engage with suitably qualified economic operators. If this is of interest please contact chris.clarke@translink.co.uk

two.1.5) Estimated total value

Value excluding VAT: £150,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

The scope for the Framework will be the delivery of Permanent Way projects across a wide range of work types, including the following:

• Enhancement projects related to permanent way

• Renewal / refurbishment of plain line track including ballast, rail and drainage

• Renewal / refurbishment of switch and crossings (S&C)

• Renewal / refurbishment of level crossings

• Rail milling

• Procurement of materials and equipment

In addition to the above, Suppliers will also be required to have the capability to undertake work to associated railway assets including signalling, telecoms and civils/structures as part of permanent way projects.

Work will be delivered on a design-and-build or build-only approach, and suppliers will also be required to undertake early contractor involvement (ECI)

It is anticipated that a standalone framework for minor Permanent Way works will be procured separately, utilising the NEC’s Term Service Contract (TSC). A separate pre-market engagement exercise will be carried out for this framework.

Key Features / Requirements

• Suppliers will be required to maintain an excellent standard of health, safety and environmental performance through proactive leadership and assurance

• Suppliers will be required to deliver value for money, including a Framework requirement to demonstrate both benchmarking and efficiencies over the life of the Framework

• Delivery of construction work in blockades over the Christmas period and other bank holidays are anticipated

• Suppliers will be required to deliver against social value targets to deliver a positive lasting legacy for the rail industry in Northern Ireland. This will be assessed at tender stage.

• Suppliers will be required to utilise the Rail Method of Measurement (RMM) when producing cost estimates and tender submissions

• Suppliers will be expected to undertake a range of framework-management activities including regular reporting, forecasting of spend and resource requirements and attendance at framework-level meetings

• Supplier performance will be monitored using contract performance measures (CPMs) at both project and framework-level, with a range of performance mechanisms utilised to incentivise positive performance

two.3) Estimated date of publication of contract notice

15 August 2022


Section four. Procedure

four.1) Description

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 expressions of interest

Date

15 August 2022

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English