Planning

FW096 Permanent Way Works Delivery

  • Translink

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

Notice identifier: 2022/S 000-021998

Procurement identifier (OCID): ocds-h6vhtk-035a91

Published 10 August 2022, 12:32pm



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

FW096 Permanent Way Works Delivery

two.1.2) Main CPV code

  • 45234100 - Railway 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 Works Delivery framework and would like to invite expressions of interest from suppliers with a proven record in the delivery of permanent way work. If this is of interest please contact chris.clarke@translink.co.uk

two.1.5) Estimated total value

Value excluding VAT: £50,000,000

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 work across a wide range of work types, including the following:

• Planned and reactive maintenance, refurbishment and minor renewals activity to the Permanent Way

• Minor works to associated assets including civils, structures, signalling and telecoms

• Supply of safety-critical staff, labour, plant and safe systems of work

• Site clearance and vegetation management

• Intrusive and non-intrusive surveys and inspections

• Installation or repairs to fencing or signage

• Supply of plant, materials and equipment

• Resurfacing works

• Minor design work in relation to Permanent Way

• Embedding of staff within the Client’s organisation

Note - a separate framework focused primarily on larger Permanent Way project delivery (FW097) is also being procured.

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 work in possessions, blockades and over bank holiday / Christmas periods 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.

• 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

30 September 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

12 September 2022

Local time

3:00pm

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

English