Tender

FW049 Common Safety Method (CSM) and Interoperability Framework

  • Translink

F05: Contract notice – utilities

Notice identifier: 2021/S 000-032116

Procurement identifier (OCID): ocds-h6vhtk-0304eb

Published 22 December 2021, 4:24pm



Section one: Contracting entity

one.1) Name and addresses

Translink

Procurement Department

Belfast

BT2 7LX

Contact

etnitranslink.co.uk

Email

ENTI@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

FW049 Common Safety Method (CSM) and Interoperability Framework

two.1.2) Main CPV code

  • 71317200 - Health and safety services

two.1.3) Type of contract

Services

two.1.4) Short description

This Framework is being established to deliver professional services in both Common Safety Method (CSM) and Interoperability for Translink’s infrastructure department. The type of Work Packages that may be commissioned via the Framework will typically comprise the following: • Deliver the services of Accredited Notified Body (NoBo), Designated Body (DeBo) and Assessment Body (AsBo), or future iterations of these roles. Suppliers should have the ability to undertake these roles both in the UK and an EU Member State, in order to be proactive to changes in Regulations that are applicable to Northern Ireland or on cross-border projects (e.g., Belfast-Dublin line). • Provision of Independent Safety Assessments and Railways Product Certification services for the safety approval of products and systems. • Able to provide test and measurement services for the rail sector, including components, products and Signalling products. • Support Translink in achieving any necessary authorisations, through compliance assessment and certification to compile the relevant assessment outputs and offer constructive and objective feedback throughout the process. • Compile the NoBo or DeBo file for submission to the National Safety Authority or the European Union Agency for Railways. • Provide training to members of Staff on Interoperability and CSM to ensure process steps and requirements of the legislation are fully understood. The Supplier will deliver any Work Packages in line with the NIR Infrastructure and Project Change Management Policy - Framework – Guidance (I/SYP/POL/1801) for CSM and Interoperability. 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: £2,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71317210 - Health and safety consultancy services
  • 79417000 - Safety consultancy services
  • 80550000 - Safety training services

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 professional services in both Common Safety Method (CSM) and Interoperability for Translink’s infrastructure department. The type of Work Packages that may be commissioned via the Framework will typically comprise the following: • Deliver the services of Accredited Notified Body (NoBo), Designated Body (DeBo) and Assessment Body (AsBo), or future iterations of these roles. Suppliers should have the ability to undertake these roles both in the UK and an EU Member State, in order to be proactive to changes in Regulations that are applicable to Northern Ireland or on cross-border projects (e.g., Belfast-Dublin line). • Provision of Independent Safety Assessments and Railways Product Certification services for the safety approval of products and systems. • Able to provide test and measurement services for the rail sector, including components, products and Signalling products. • Support Translink in achieving any necessary authorisations, through compliance assessment and certification to compile the relevant assessment outputs and offer constructive and objective feedback throughout the process. • Compile the NoBo or DeBo file for submission to the National Safety Authority or the European Union Agency for Railways. • Provide training to members of Staff on Interoperability and CSM to ensure process steps and requirements of the legislation are fully understood. The Supplier will deliver any Work Packages in line with the NIR Infrastructure and Project Change Management Policy - Framework – Guidance (I/SYP/POL/1801) for CSM and Interoperability. 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: £2,000,000

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

Option to extend up to a maximum of 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: 7

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

27 January 2022

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: 26 July 2022

four.2.7) Conditions for opening of tenders

Date

27 January 2022

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

Translink Ltd

Belfast

Country

United Kingdom