Section one: Contracting entity
one.1) Name and addresses
Translink
Procurement Department
Belfast
BT2 7LX
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