Contract award notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Translink
Procurement Department
Belfast
BT2 7LX
UK
Contact person: etnitranslink.co.uk
E-mail: linda.brown@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.2) Joint procurement
The contract is awarded by a central purchasing body
I.6) Main activity
Urban railway, tramway, trolleybus or bus services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Framework 118 Supply of Rail
II.1.2) Main CPV code
34946120
II.1.3) Type of contract
Supplies
II.1.4) Short description
Translink” is establishing a multi-supplier Framework for the supply of rail to support the delivery of Translink’s programme of capital and maintenance works. Translink is a trading name used by any one or more of the companies under the ultimate ownership of the Northern Ireland Transport Holding Company (NITHC). Translink wish to appoint a number of Suppliers onto the Framework, split across two Lots. It is anticipated that each Lot will comprise one Primary and two Secondary suppliers. While Suppliers are entitled to submit tenders for both Lots under the Framework, it is not a requirement that Suppliers submit tenders for both Lots. The Framework will be divided into two Lots based on the primary work activities anticipated to be delivered under this Framework as follows: Lot 1 – Standard and Premium Grade Rail and Lot 2 – Corrosion Resistant Rail .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.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Lowest offer:
/ Highest offer:
II.2) Description
Lot No: 1
II.2.1) Title
Standard and Premium Grade Rail
II.2.2) Additional CPV code(s)
34940000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
Translink” is establishing a multi-supplier Framework for the supply of rail to support the delivery of Translink’s programme of capital and maintenance works. Translink is a trading name used by any one or more of the companies under the ultimate ownership of the Northern Ireland Transport Holding Company (NITHC). Translink wish to appoint a number of Suppliers onto the Framework, split across two Lots. It is anticipated that each Lot will comprise one Primary and two Secondary suppliers. While Suppliers are entitled to submit tenders for both Lots under the Framework, it is not a requirement that Suppliers submit tenders for both Lots. The Framework will be divided into two Lots based on the primary work activities anticipated to be delivered under this Framework as follows: Lot 1 – Standard and Premium Grade Rail and Lot 2 – Corrosion Resistant Rail .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.
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
Lot No: 2
II.2.1) Title
Corrosion Resistant Rail
II.2.2) Additional CPV code(s)
34940000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
Translink” is establishing a multi-supplier Framework for the supply of rail to support the delivery of Translink’s programme of capital and maintenance works. Translink is a trading name used by any one or more of the companies under the ultimate ownership of the Northern Ireland Transport Holding Company (NITHC). Translink wish to appoint a number of Suppliers onto the Framework, split across two Lots. It is anticipated that each Lot will comprise one Primary and two Secondary suppliers. While Suppliers are entitled to submit tenders for both Lots under the Framework, it is not a requirement that Suppliers submit tenders for both Lots. The Framework will be divided into two Lots based on the primary work activities anticipated to be delivered under this Framework as follows: Lot 1 – Standard and Premium Grade Rail and Lot 2 – Corrosion Resistant Rail .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.
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-022301
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Section V: Award of contract
Lot No: 1
Contract No: 1
Title: Standard and Premium Grade Rail
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/03/2025
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 2
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
BRITISH STEEL LIMITED
Brigg Road
SCUNTHORPE
DN16 1XA
UK
E-mail: darren.cole@britishsteel.co.uk
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
No
V.2.3) Name and address of the contractor
SAARSTAHL RAIL
LIBERTY RAIL 164 RUE MARECHAL FOCH
HAYANGE
57700
FR
E-mail: alex.mccann@amtrackgroup.com
NUTS: FR
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
No
V.2.3) Name and address of the contractor
voestalpine Rail Technology GmbH
Kerpelystrasse 199
Leoben
8700
AT
E-mail: anita.kozak@voestalpine.com
NUTS: AT
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
No
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Contract No: 2
Title: Corrosion Resistant Rail
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/03/2025
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators:
No
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Ulsterbus Limited
Belfast
UK
VI.5) Date of dispatch of this notice
20/03/2025