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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to 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
Framework 118 Supply of Rail
two.1.2) Main CPV code
- 34946120 - Railway materials
two.1.3) Type of contract
Supplies
two.1.4) Short description
Translink” is establishing a multi-supplier Framework for the supply of rail to support the delivery of Translink’s programme of capital and maintenance works. Translink is a trading name used by any one or more of the companies under the ultimate ownership of the Northern Ireland Transport Holding Company (NITHC). Translink wish to appoint a number of Suppliers onto the Framework, split across two Lots. It is anticipated that each Lot will comprise one Primary and two Secondary suppliers. While Suppliers are entitled to submit tenders for both Lots under the Framework, it is not a requirement that Suppliers submit tenders for both Lots. The Framework will be divided into two Lots based on the primary work activities anticipated to be delivered under this Framework as follows: Lot 1 – Standard and Premium Grade Rail and Lot 2 – Corrosion Resistant Rail .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.1.5) Estimated total value
Value excluding VAT: £0.01
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
two.2) Description
two.2.1) Title
Standard and Premium Grade Rail
Lot No
1
two.2.2) Additional CPV code(s)
- 34940000 - Railway equipment
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Translink” is establishing a multi-supplier Framework for the supply of rail to support the delivery of Translink’s programme of capital and maintenance works. Translink is a trading name used by any one or more of the companies under the ultimate ownership of the Northern Ireland Transport Holding Company (NITHC). Translink wish to appoint a number of Suppliers onto the Framework, split across two Lots. It is anticipated that each Lot will comprise one Primary and two Secondary suppliers. While Suppliers are entitled to submit tenders for both Lots under the Framework, it is not a requirement that Suppliers submit tenders for both Lots. The Framework will be divided into two Lots based on the primary work activities anticipated to be delivered under this Framework as follows: Lot 1 – Standard and Premium Grade Rail and Lot 2 – Corrosion Resistant Rail .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
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
After 48 months
two.2.10) Information about variants
Variants will be accepted: No
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
two.2) Description
two.2.1) Title
Corrosion Resistant Rail
Lot No
2
two.2.2) Additional CPV code(s)
- 34940000 - Railway equipment
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Translink” is establishing a multi-supplier Framework for the supply of rail to support the delivery of Translink’s programme of capital and maintenance works. Translink is a trading name used by any one or more of the companies under the ultimate ownership of the Northern Ireland Transport Holding Company (NITHC). Translink wish to appoint a number of Suppliers onto the Framework, split across two Lots. It is anticipated that each Lot will comprise one Primary and two Secondary suppliers. While Suppliers are entitled to submit tenders for both Lots under the Framework, it is not a requirement that Suppliers submit tenders for both Lots. The Framework will be divided into two Lots based on the primary work activities anticipated to be delivered under this Framework as follows: Lot 1 – Standard and Premium Grade Rail and Lot 2 – Corrosion Resistant Rail .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
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
after 48 months
two.2.10) Information about variants
Variants will be accepted: No
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
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 tenders or requests to participate
Date
9 September 2024
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 8 March 2025
four.2.7) Conditions for opening of tenders
Date
9 September 2024
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: after 48 months
six.4) Procedures for review
six.4.1) Review body
ulsterbus ltd
belfast
Country
United Kingdom