Section one: Contracting entity
one.1) Name and addresses
Translink
Procurement Department
Belfast
BT2 7LX
Contact
Chris Clarke
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 electronically via
https://etendersni.gov.uk/epps
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
FW097 Permanent Way Contractor Framework
two.1.2) Main CPV code
- 45234129 - Urban railway track construction works
two.1.3) Type of contract
Works
two.1.4) Short description
Translink is establishing a Framework for the provision of Permanent Way Contractor works to support the delivery of Translink’s programme of capital and maintenance works. This Framework will entail the delivery of Work Packages in relation to Permanent Way across a wide spectrum of work types and scopes. These are expected to range from standalone single-site renewals and refurbishments to large (£20m+) Permanent Way-led projects that entail multi-disciplinary design and construction and the use of disruptive blockades / possessions. The type of Work Packages that may be commissioned under the Framework will typically comprise the following: Plain line renewal and refurbishment, Switch and crossing (S+C) renewal and refurbishment, Level crossing renewal and refurbishment, User-worked crossing (UWC) renewal and refurbishment, Re-railing, Rail milling, Ballast, Drainage, Work to sidings and depots, Rail systems enhancements (e.g., construction of new permanent way assets, track dualling, passing loops, sidings extensions, line speed improvements, realignment). To support the delivery of such Work Packages, the Supplier will be required to also have the capability to undertake work to interfacing railway assets including the following: Signalling and Telecoms, Electrification and Plant (E+P), Civils and Structures. 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: £250,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45234100 - Railway construction works
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 provision of Permanent Way Contractor works to support the delivery of Translink’s programme of capital and maintenance works. This Framework will entail the delivery of Work Packages in relation to Permanent Way across a wide spectrum of work types and scopes. These are expected to range from standalone single-site renewals and refurbishments to large (£20m+) Permanent Way-led projects that entail multi-disciplinary design and construction and the use of disruptive blockades / possessions. The type of Work Packages that may be commissioned under the Framework will typically comprise the following: Plain line renewal and refurbishment, Switch and crossing (S+C) renewal and refurbishment, Level crossing renewal and refurbishment, User-worked crossing (UWC) renewal and refurbishment, Re-railing, Rail milling, Ballast, Drainage, Work to sidings and depots, Rail systems enhancements (e.g., construction of new permanent way assets, track dualling, passing loops, sidings extensions, line speed improvements, realignment). To support the delivery of such Work Packages, the Supplier will be required to also have the capability to undertake work to interfacing railway assets including the following: Signalling and Telecoms, Electrification and Plant (E+P), Civils and Structures. 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: £250,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
After 60 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Extension options up to 36 months
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
Negotiated procedure with prior call for competition
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-023739
four.2.2) Time limit for receipt of tenders or requests to participate
Date
25 January 2023
Local time
3:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
24 February 2023
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: 24 July 2023
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Ulsterbus Ltd
Belfast
Country
United Kingdom