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 Award Notice

FW68 Facilities Management Framework

  • First published: 28 July 2025
  • Last modified: 28 July 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

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:
ocds-h6vhtk-03d3eb
Published by:
Translink
Authority ID:
AA0088
Publication date:
28 July 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Translink are seeking expressions of interest from suitably qualified economic operators to participate in the pre-qualification process for the Facilities Management Framework. The framework objectives include striving for excellence, bringing improved efficiency and value, exceptional customer focus, taking action on climate change, connecting communities to the social, economic and environmental benefits of contract delivery. The successful Suppliers and Client team will work collaboratively as Integrated Delivery Partners to further develop these objectives. The framework will consist of 6 Lots: Lot 1 Office and Depot Cleaning Lot 2 Window and Specialist Cleaning Lot 3 Hygiene and Washroom Services Lot 4 Consumables and Managed Stock Lot 5 Cafe Services and Corporate Services Lot 6 Pest Control Each Lot will be evaluated separately and as such, Economic Operators can apply for as many Lots as falls within their expertise. Translink anticipate this framework will commence in April 2025 for a duration of 4 years with a further 4 annual extension options. The total estimated value of the framework is in the range of £32 - 40 million. For further information, please access the Facilities Management Framework Information document. 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.

Full notice text

Contract award notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Translink

Procurement Department

Belfast

BT2 7LX

UK

E-mail: stephen.connor2@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.6) Main activity

Urban railway, tramway, trolleybus or bus services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

FW68 Facilities Management Framework

II.1.2) Main CPV code

79993100

 

II.1.3) Type of contract

Services

II.1.4) Short description

Translink are seeking expressions of interest from suitably qualified economic operators to participate in the pre-qualification process for the Facilities Management Framework. The framework objectives include striving for excellence, bringing improved efficiency and value, exceptional customer focus, taking action on climate change, connecting communities to the social, economic and environmental benefits of contract delivery. The successful Suppliers and Client team will work collaboratively as Integrated Delivery Partners to further develop these objectives. The framework will consist of 6 Lots: Lot 1 Office and Depot Cleaning Lot 2 Window and Specialist Cleaning Lot 3 Hygiene and Washroom Services Lot 4 Consumables and Managed Stock Lot 5 Cafe Services and Corporate Services Lot 6 Pest Control Each Lot will be evaluated separately and as such, Economic Operators can apply for as many Lots as falls within their expertise. Translink anticipate this framework will commence in April 2025 for a duration of 4 years with a further 4 annual extension options. The total estimated value of the framework is in the range of £32 - 40 million. For further information, please access the Facilities Management Framework Information document. 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

Office and Depot Cleaning

II.2.2) Additional CPV code(s)

90919200

90911000

85142300

90922000

55520000

55500000

39830000

II.2.3) Place of performance

NUTS code:

UKN0

II.2.4) Description of the procurement

Translink are seeking expressions of interest from suitably qualified economic operators to participate in the pre-qualification process for the Facilities Management Framework. The framework objectives include striving for excellence, bringing improved efficiency and value, exceptional customer focus, taking action on climate change, connecting communities to the social, economic and environmental benefits of contract delivery. The successful Suppliers and Client team will work collaboratively as Integrated Delivery Partners to further develop these objectives. The framework will consist of 6 Lots: Lot 1 Office and Depot Cleaning Lot 2 Window and Specialist Cleaning Lot 3 Hygiene and Washroom Services Lot 4 Consumables and Managed Stock Lot 5 Cafe Services and Corporate Services Lot 6 Pest Control Each Lot will be evaluated separately and as such, Economic Operators can apply for as many Lots as falls within their expertise. Translink anticipate this framework will commence in April 2025 for a duration of 4 years with a further 4 annual extension options. The total estimated value of the framework is in the range of £32 - 40 million. For further information, please access the Facilities Management Framework Information document. 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.2.5) Award criteria

Quality criterion: Quality / Weighting: 50

Price / Weighting:  50

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

Window and Specialist Cleaning

II.2.2) Additional CPV code(s)

90919200

90911000

85142300

90922000

55520000

55500000

39830000

II.2.3) Place of performance

NUTS code:

UKN0

II.2.4) Description of the procurement

Translink are seeking expressions of interest from suitably qualified economic operators to participate in the pre-qualification process for the Facilities Management Framework. The framework objectives include striving for excellence, bringing improved efficiency and value, exceptional customer focus, taking action on climate change, connecting communities to the social, economic and environmental benefits of contract delivery. The successful Suppliers and Client team will work collaboratively as Integrated Delivery Partners to further develop these objectives. The framework will consist of 6 Lots: Lot 1 Office and Depot Cleaning Lot 2 Window and Specialist Cleaning Lot 3 Hygiene and Washroom Services Lot 4 Consumables and Managed Stock Lot 5 Cafe Services and Corporate Services Lot 6 Pest Control Each Lot will be evaluated separately and as such, Economic Operators can apply for as many Lots as falls within their expertise. Translink anticipate this framework will commence in April 2025 for a duration of 4 years with a further 4 annual extension options. The total estimated value of the framework is in the range of £32 - 40 million. For further information, please access the Facilities Management Framework Information document. 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: 3

II.2.1) Title

Hygiene and Washroom Services

II.2.2) Additional CPV code(s)

90919200

90911000

85142300

90922000

55520000

55500000

39830000

II.2.3) Place of performance

NUTS code:

UKN0

II.2.4) Description of the procurement

Translink are seeking expressions of interest from suitably qualified economic operators to participate in the pre-qualification process for the Facilities Management Framework. The framework objectives include striving for excellence, bringing improved efficiency and value, exceptional customer focus, taking action on climate change, connecting communities to the social, economic and environmental benefits of contract delivery. The successful Suppliers and Client team will work collaboratively as Integrated Delivery Partners to further develop these objectives. The framework will consist of 6 Lots: Lot 1 Office and Depot Cleaning Lot 2 Window and Specialist Cleaning Lot 3 Hygiene and Washroom Services Lot 4 Consumables and Managed Stock Lot 5 Cafe Services and Corporate Services Lot 6 Pest Control Each Lot will be evaluated separately and as such, Economic Operators can apply for as many Lots as falls within their expertise. Translink anticipate this framework will commence in April 2025 for a duration of 4 years with a further 4 annual extension options. The total estimated value of the framework is in the range of £32 - 40 million. For further information, please access the Facilities Management Framework Information document. 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: 4

II.2.1) Title

Consumables and Managed Stock

II.2.2) Additional CPV code(s)

90919200

90911000

85142300

90922000

55520000

55500000

39830000

II.2.3) Place of performance

NUTS code:

UKN0

II.2.4) Description of the procurement

Translink are seeking expressions of interest from suitably qualified economic operators to participate in the pre-qualification process for the Facilities Management Framework. The framework objectives include striving for excellence, bringing improved efficiency and value, exceptional customer focus, taking action on climate change, connecting communities to the social, economic and environmental benefits of contract delivery. The successful Suppliers and Client team will work collaboratively as Integrated Delivery Partners to further develop these objectives. The framework will consist of 6 Lots: Lot 1 Office and Depot Cleaning Lot 2 Window and Specialist Cleaning Lot 3 Hygiene and Washroom Services Lot 4 Consumables and Managed Stock Lot 5 Cafe Services and Corporate Services Lot 6 Pest Control Each Lot will be evaluated separately and as such, Economic Operators can apply for as many Lots as falls within their expertise. Translink anticipate this framework will commence in April 2025 for a duration of 4 years with a further 4 annual extension options. The total estimated value of the framework is in the range of £32 - 40 million. For further information, please access the Facilities Management Framework Information document. 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: 5

II.2.1) Title

Cafe Services and Corporate Services

II.2.2) Additional CPV code(s)

90919200

90911000

85142300

90922000

55520000

55500000

39830000

II.2.3) Place of performance

NUTS code:

UKN0

II.2.4) Description of the procurement

Translink are seeking expressions of interest from suitably qualified economic operators to participate in the pre-qualification process for the Facilities Management Framework. The framework objectives include striving for excellence, bringing improved efficiency and value, exceptional customer focus, taking action on climate change, connecting communities to the social, economic and environmental benefits of contract delivery. The successful Suppliers and Client team will work collaboratively as Integrated Delivery Partners to further develop these objectives. The framework will consist of 6 Lots: Lot 1 Office and Depot Cleaning Lot 2 Window and Specialist Cleaning Lot 3 Hygiene and Washroom Services Lot 4 Consumables and Managed Stock Lot 5 Cafe Services and Corporate Services Lot 6 Pest Control Each Lot will be evaluated separately and as such, Economic Operators can apply for as many Lots as falls within their expertise. Translink anticipate this framework will commence in April 2025 for a duration of 4 years with a further 4 annual extension options. The total estimated value of the framework is in the range of £32 - 40 million. For further information, please access the Facilities Management Framework Information document. 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: 6

II.2.1) Title

Pest Control

II.2.2) Additional CPV code(s)

90919200

90911000

85142300

90922000

55520000

55500000

39830000

II.2.3) Place of performance

NUTS code:

UKN0

II.2.4) Description of the procurement

Translink are seeking expressions of interest from suitably qualified economic operators to participate in the pre-qualification process for the Facilities Management Framework. The framework objectives include striving for excellence, bringing improved efficiency and value, exceptional customer focus, taking action on climate change, connecting communities to the social, economic and environmental benefits of contract delivery. The successful Suppliers and Client team will work collaboratively as Integrated Delivery Partners to further develop these objectives. The framework will consist of 6 Lots: Lot 1 Office and Depot Cleaning Lot 2 Window and Specialist Cleaning Lot 3 Hygiene and Washroom Services Lot 4 Consumables and Managed Stock Lot 5 Cafe Services and Corporate Services Lot 6 Pest Control Each Lot will be evaluated separately and as such, Economic Operators can apply for as many Lots as falls within their expertise. Translink anticipate this framework will commence in April 2025 for a duration of 4 years with a further 4 annual extension options. The total estimated value of the framework is in the range of £32 - 40 million. For further information, please access the Facilities Management Framework Information document. 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

Restricted 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: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-015960

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: Office and Depot Cleaning

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

09/06/2025

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 V: Award of contract

Lot No: 2

Contract No: 2

Title: Window and Specialist Cleaning

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

09/06/2025

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 V: Award of contract

Lot No: 3

Contract No: 3

Title: Hygiene and Washroom Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

09/06/2025

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 V: Award of contract

Lot No: 4

Contract No: 4

Title: Consumables and Managed Stock

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

09/06/2025

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 V: Award of contract

Lot No: 5

Contract No: 5

Title: Cafe Services and Corporate Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

09/06/2025

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 V: Award of contract

Lot No: 6

Contract No: 6

Title: Pest Control

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

09/06/2025

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

Belfast

UK

VI.5) Date of dispatch of this notice

22/07/2025

Coding

Commodity categories

ID Title Parent category
90911000 Accommodation, building and window cleaning services Cleaning services
55500000 Canteen and catering services Hotel, restaurant and retail trade services
55520000 Catering services Canteen and catering services
39830000 Cleaning products Cleaning and polishing products
79993100 Facilities management services Building and facilities management services
85142300 Hygiene services Paramedical services
90919200 Office cleaning services Office, school and office equipment cleaning services
90922000 Pest-control services Facility related sanitation 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:
stephen.connor2@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.