Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

001/0591/17 BTH Contract Administration and Site Supervision Services.

  • First published: 22 April 2017
  • Last modified: 22 April 2017

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Translink
Authority ID:
AA0088
Publication date:
22 April 2017
Deadline date:
22 May 2017
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Translink wish to appoint an Economic Operator to provide Contract Administration and Site Supervision Services in relation to the Belfast Transport Hub Works located in Great Victoria Street, Belfast. The scope of services shall include NEC3 Project Management, Cost Management, Planning, Site Supervision and Safety Inspection. This project has two distinct phases, Enabling Works and the Main Works. The appointment will initially be for 18 months to complete Phase 1 Enabling Works commencing in July 2017. Subject to funding, a further contract may be awarded for Phase 2, the Main Works with completion in December 2020.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Translink

Milewater Road

Belfast

BT3 9BG

UK

Contact person: Paul McCollough

Telephone: +44 2890354029

E-mail: paul.mccollough@translink.co.uk

NUTS: UK

Internet address(es)

Main address: https://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

I.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 abovementioned address


Tenders or requests to participate must be sent to the abovementioned 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


I.6) Main activity

Urban railway, tramway, trolleybus or bus services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

001/0591/17 BTH Contract Administration and Site Supervision Services.

II.1.2) Main CPV code

71541000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Translink wish to appoint an Economic Operator to provide Contract Administration and Site Supervision Services in relation to the Belfast Transport Hub Works located in Great Victoria Street, Belfast. The scope of services shall include NEC3 Project Management, Cost Management, Planning, Site Supervision and Safety Inspection. This project has two distinct phases, Enabling Works and the Main Works. The appointment will initially be for 18 months to complete Phase 1 Enabling Works commencing in July 2017. Subject to funding, a further contract may be awarded for Phase 2, the Main Works with completion in December 2020.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71521000

II.2.3) Place of performance

NUTS code:

UKN0


Main site or place of performance:

Northern Ireland.

II.2.4) Description of the procurement

Translink wish to appoint an Economic Operator to provide Contract Administration and Site Supervision Services in relation to the Belfast Transport Hub Works located in Great Victoria Street, Belfast. The scope of services shall include NEC3 Project Management, Cost Management, Planning, Site Supervision and Safety Inspection. This project has two distinct phases, Enabling Works and the Main Works. The appointment will initially be for 18 months to complete Phase 1 Enabling Works commencing in July 2017. Subject to funding, a further contract may be awarded for Phase 2, the Main Works with completion in December 2020.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start: 01/08/2017

End: 31/12/2020

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

These will be listed in PQQ and ITT documentation https://etendersni.gov.uk/epps

III.1.2) Economic and financial standing

List and brief description of selection criteria:

These will be listed in PQQ and ITT documentation https://etendersni.gov.uk/epps


Minimum level(s) of standards required:

These will be listed in PQQ and ITT documentation https://etendersni.gov.uk/epps

III.1.3) Technical and professional ability

List and brief description of selection criteria:

These will be listed in PQQ and ITT documentation https://etendersni.gov.uk/epps


Minimum level(s) of standards required:

These will be listed in PQQ and ITT documentation https://etendersni.gov.uk/epps

III.1.4) Objective rules and criteria for participation

These will be listed in PQQ and ITT documentation https://etendersni.gov.uk/epps

III.1.6) Deposits and guarantees required:

If required this will be listed in PQQ and ITT documentation on https://etendersni.gov.uk/epps. .

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

If required this will be listed in PQQ and ITT documentation on https://etendersni.gov.uk/epps.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

If required this will be listed in PQQ and ITT documentation on https://etendersni.gov.uk/epps.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

If required this will be listed in PQQ and ITT documentation on https://etendersni.gov.uk/epps.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 22/05/2017

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 18/11/2017

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Let's work together:. . Follow us on Twitter at www.twitter.com/TranslinkB2B for opportunites worth 50 000 GBP or more. Check out our website at www.translink.co.uk/Corporate/Procurement/ . . Participate in tenders at https://etendersni.gov.uk/epps. . For assistance using eTendersNI and registering your Organisation please contact the helpdesk whose number is located on the eTendersNI contact us page.. . Note: Do not leave completing your PQQ/ITT response until the last minute, late responses shall be rejected. The contracting authority reserves the right not to award any contract as a result of this competition.. . About the Translink Group: Throughout the documentation, both ‘Translink’ and ‘Group’ refer to the same corporate entities. Both shall be taken to comprise the Northern Ireland Transport Holding Company (NITHC) in addition to its main operating subsidiaries Citybus Ltd, Northern Ireland Railways Company Ltd and Ulsterbus Ltd.

VI.4) Procedures for review

VI.4.1) Review body

Please see section VI.4.3

Belfast

UK

VI.4.2) Body responsible for mediation procedures

Please see section VI.4.3

Belfast

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Translink Group will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.. . The Utilities Contracts Regulations 2006 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).. .

VI.4.4) Service from which information about the review procedure may be obtained

Please see section VI.4.3

Belfast

UK

VI.5) Date of dispatch of this notice

20/04/2017

Coding

Commodity categories

ID Title Parent category
71541000 Construction project management services Construction management services
71521000 Construction-site supervision services Construction supervision services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
paul.mccollough@translink.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.