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