Tender

FW038 Switch and Crossing Supplies Framework

  • Translink

F05: Contract notice – utilities

Notice identifier: 2021/S 000-022497

Procurement identifier (OCID): ocds-h6vhtk-02df50

Published 10 September 2021, 9:55am



Section one: Contracting entity

one.1) Name and addresses

Translink

Procurement Department

Belfast

BT2 7LX

Contact

etnitranslink.co.uk

Email

etni@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

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

FW038 Switch and Crossing Supplies Framework

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 Framework for the supply of switch and crossings (SandC) to support the delivery of Translink’s programme of capital and maintenance works. The Framework will run initially for a 4-year period with the option of extensions to a maximum of 8 years. The Client’s Infrastructure Department is responsible for the maintenance of and capital works to the infrastructure along the Northern Ireland Railways (NIR) railway network. This includes circa 210 route miles (300 track miles) of Permanent Way. Within the Infrastructure division, the Permanent Way department is responsible for the maintenance and provision of Plain Line Track, Switches and Crossings (SandC), sidings and lineside assets. This Framework is for the manufacture, testing, transport, loading and delivery of switch and crossing (SandC) units and associated equipment. These may include standard or alternative layouts, full or half sets, noses and expansion switches / joints.

two.1.5) Estimated total value

Value excluding VAT: £15,000,000

two.1.6) Information about lots

This contract is divided into lots: No

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 Framework for the supply of switch and crossings (SandC) to support the delivery of Translink’s programme of capital and maintenance works. The Framework will run initially for a 4-year period with the option of extensions to a maximum of 8 years. The Client’s Infrastructure Department is responsible for the maintenance of and capital works to the infrastructure along the Northern Ireland Railways (NIR) railway network. This includes circa 210 route miles (300 track miles) of Permanent Way. Within the Infrastructure division, the Permanent Way department is responsible for the maintenance and provision of Plain Line Track, Switches and Crossings (SandC), sidings and lineside assets. This Framework is for the manufacture, testing, transport, loading and delivery of switch and crossing (SandC) units and associated equipment. These may include standard or alternative layouts, full or half sets, noses and expansion switches / joints.

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: £15,000,000

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

Further extensions of up to 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: 5

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

14 October 2021

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: 12 April 2022

four.2.7) Conditions for opening of tenders

Date

14 October 2021

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

NITHCO

Belfast

Country

United Kingdom