Tender

Framework 116 Business Support 2024

  • Translink

F05: Contract notice – utilities

Notice identifier: 2024/S 000-036250

Procurement identifier (OCID): ocds-h6vhtk-04b512

Published 8 November 2024, 12:49pm



Section one: Contracting entity

one.1) Name and addresses

Translink

Procurement Department

Belfast

BT2 7LX

Contact

linda brown

Email

linda.brown@translink.co.uk

Country

United Kingdom

Region 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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

Framework 116 Business Support 2024

two.1.2) Main CPV code

  • 79400000 - Business and management consultancy and related services

two.1.3) Type of contract

Services

two.1.4) Short description

The Client’s Infrastructure and Projects Division is responsible for maintenance and capital works to all property, infrastructure, and assets for Northern Ireland Railways Company, Ulsterbus, Metro and NITHC. Translink is establishing a Framework for the provision of Business Support Services to support the delivery of Translink’s programme of capital and maintenance works. Translink wish to appoint a number of Suppliers onto the Framework, split across the following five Lots. 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: £0.01

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
5

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

General Competencies

Lot No

1

two.2.2) Additional CPV code(s)

  • 79500000 - Office-support services
  • 79900000 - Miscellaneous business and business-related services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

The Client’s Infrastructure and Projects Division is responsible for maintenance and capital works to all property, infrastructure, and assets for Northern Ireland Railways Company, Ulsterbus, Metro and NITHC. Translink is establishing a Framework for the provision of Business Support Services to support the delivery of Translink’s programme of capital and maintenance works. Translink wish to appoint a number of Suppliers onto the Framework, split across the following five Lots. 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: £1

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

after 24 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

two.2) Description

two.2.1) Title

Rail Technical Competency

Lot No

2

two.2.2) Additional CPV code(s)

  • 79500000 - Office-support services
  • 79900000 - Miscellaneous business and business-related services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

The Client’s Infrastructure and Projects Division is responsible for maintenance and capital works to all property, infrastructure, and assets for Northern Ireland Railways Company, Ulsterbus, Metro and NITHC. Translink is establishing a Framework for the provision of Business Support Services to support the delivery of Translink’s programme of capital and maintenance works. Translink wish to appoint a number of Suppliers onto the Framework, split across the following five Lots. 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: £1

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

after 24 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

two.2) Description

two.2.1) Title

Subject Matter Experts (SMEs)

Lot No

3

two.2.2) Additional CPV code(s)

  • 79500000 - Office-support services
  • 79900000 - Miscellaneous business and business-related services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

The Client’s Infrastructure and Projects Division is responsible for maintenance and capital works to all property, infrastructure, and assets for Northern Ireland Railways Company, Ulsterbus, Metro and NITHC. Translink is establishing a Framework for the provision of Business Support Services to support the delivery of Translink’s programme of capital and maintenance works. Translink wish to appoint a number of Suppliers onto the Framework, split across the following five Lots. 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: £1

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

after 24 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

two.2.14) Additional information

n/a

two.2) Description

two.2.1) Title

Commercial and Contract Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 79500000 - Office-support services
  • 79900000 - Miscellaneous business and business-related services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

The Client’s Infrastructure and Projects Division is responsible for maintenance and capital works to all property, infrastructure, and assets for Northern Ireland Railways Company, Ulsterbus, Metro and NITHC. Translink is establishing a Framework for the provision of Business Support Services to support the delivery of Translink’s programme of capital and maintenance works. Translink wish to appoint a number of Suppliers onto the Framework, split across the following five Lots. 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: £1

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

after 24 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

two.2) Description

two.2.1) Title

Specialist Sourcing and Supply

Lot No

5

two.2.2) Additional CPV code(s)

  • 79500000 - Office-support services
  • 79900000 - Miscellaneous business and business-related services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

The Client’s Infrastructure and Projects Division is responsible for maintenance and capital works to all property, infrastructure, and assets for Northern Ireland Railways Company, Ulsterbus, Metro and NITHC. Translink is establishing a Framework for the provision of Business Support Services to support the delivery of Translink’s programme of capital and maintenance works. Translink wish to appoint a number of Suppliers onto the Framework, split across the following five Lots. 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: £1

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

after 24 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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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: 010

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

9 December 2024

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: 7 June 2025

four.2.7) Conditions for opening of tenders

Date

9 December 2024

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: after 24 months

six.4) Procedures for review

six.4.1) Review body

Ulsterbus

Belfast

Country

United Kingdom