Contract

FW096 Permanent Way Works Delivery Framework

  • Translink

F06: Contract award notice – utilities

Notice identifier: 2024/S 000-029802

Procurement identifier (OCID): ocds-h6vhtk-03b0f6

Published 18 September 2024, 11:32am



Section one: Contracting entity

one.1) Name and addresses

Translink

Procurement Department

Belfast

BT2 7LX

Contact

Chris Clarke

Email

chris.clarke@translink.co.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

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 Framework

two.1.2) Main CPV code

  • 45234100 - Railway construction works

two.1.3) Type of contract

Works

two.1.4) Short description

This Framework is being established to deliver the following types of work, and Suppliers must be capable of undertaking all elements of the Framework Scope. The majority of Work Packages are anticipated to be instructed using Task Orders and Service Orders under the Framework’s associated Term Service Contract (TSC). Further details are set out within the Scope for that contract, but are expected to include the following: • Planned and reactive maintenance, refurbishment and minor renewals activity to Permanent Way • Supply and supervision of safety-critical labour, plant and safe systems of work • Site clearance • Vegetation management • Intrusive and non-intrusive surveys and inspections • Installation, repairs, or maintenance to fencing or signage • Supply of materials or equipment • Supply, operation, and maintenance of plant including on-track plant • Resurfacing works to roads and level crossings The Supplier may be required to undertake other construction activity utilising the NEC4 Engineering and Construction Contract (ECC) or NEC4 Engineering and Construction Short Contract (ECSC). These are anticipated to be utilised for the following: • Minor / low-complexity standalone projects that are Permanent-Way led • Significant vegetation management, clearance, survey or fencing work that warrants use of these contract types The Supplier may be required to undertake professional services using the NEC4 Professional Services Short Contract (PSSC), including (but not limited to) the following: • Minor design activity in relation to Permanent Way • Provision of embedded staff within the Client’s organisation on a fixed-term basis • Technical advice / early contractor involvement • Surveys or studies The Supplier may be required to supply plant, equipment or materials utilising the NEC4 Supply Short Contract (SSC). 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.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £60,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 45234100 - Railway construction works

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

This Framework is being established to deliver the following types of work, and Suppliers must be capable of undertaking all elements of the Framework Scope. The majority of Work Packages are anticipated to be instructed using Task Orders and Service Orders under the Framework’s associated Term Service Contract (TSC). Further details are set out within the Scope for that contract, but are expected to include the following: • Planned and reactive maintenance, refurbishment and minor renewals activity to Permanent Way • Supply and supervision of safety-critical labour, plant and safe systems of work • Site clearance • Vegetation management • Intrusive and non-intrusive surveys and inspections • Installation, repairs, or maintenance to fencing or signage • Supply of materials or equipment • Supply, operation, and maintenance of plant including on-track plant • Resurfacing works to roads and level crossings The Supplier may be required to undertake other construction activity utilising the NEC4 Engineering and Construction Contract (ECC) or NEC4 Engineering and Construction Short Contract (ECSC). These are anticipated to be utilised for the following: • Minor / low-complexity standalone projects that are Permanent-Way led • Significant vegetation management, clearance, survey or fencing work that warrants use of these contract types The Supplier may be required to undertake professional services using the NEC4 Professional Services Short Contract (PSSC), including (but not limited to) the following: • Minor design activity in relation to Permanent Way • Provision of embedded staff within the Client’s organisation on a fixed-term basis • Technical advice / early contractor involvement • Surveys or studies The Supplier may be required to supply plant, equipment or materials utilising the NEC4 Supply Short Contract (SSC). 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.2.11) Information about options

Options: Yes

Description of options

Option to extend the Framework for a further 36 months following the 3-year initial term.

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.2.14) Additional information

The estimated value for the Framework is anticipated to be sixty million pounds (£60,000,000). The value of the Framework may be increased to £120 million pounds (£120,000,000) in the event of proposed enhancement schemes progressing, but these are subject to both business case development and funding.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-006913


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 September 2024

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 5

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

ADMAN CIVIL PROJECTS LIMITED

OMAGH

BT79 0NZ

Email

john.webster@adman-ltd.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

McLaughlin and Harvey Limited

15 Trench Road

NEWTOWNABBEY

BT36 4TY

Email

procurement@mclh.co.uk

Telephone

+44 2890342777

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

No

five.2.3) Name and address of the contractor

JOHN GRAHAM CONSTRUCTION LIMITED Registered name GRAHAM Trading name

5 BALLYGOWAN ROAD

HILLSBOROUGH

BT26 6HX

Email

info@graham.co.uk

Telephone

+44 2892689500

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

No

five.2.3) Name and address of the contractor

FP McCann

Knockloughrim Quarry, 3 Drumard Road

MAGHERAFELT

BT45 8QA

Email

omcnally@fpmccann.co.uk

Telephone

+44 2879642558

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

No

five.2.3) Name and address of the contractor

BABCOCK RAIL LIMITED

Kintail House, 3 Lister Way, Hamilton Intnl Technology Park, Bla

GLASGOW

G72 0FT

Email

bidding@babcockinternational.com

Telephone

+01 698203005

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £1

Total value of the contract/lot: £1


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Ulsterbus Ltd

Belfast

Country

United Kingdom