Contract award notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Translink
Procurement Department
Belfast
BT2 7LX
UK
E-mail: procurement@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
P-3155 C1301 MPV Asset Renewal
II.1.2) Main CPV code
50222000
II.1.3) Type of contract
Services
II.1.4) Short description
Translink wishes to procure a solution to carry out safety critical overhauls on the Main Traction Unit engine, bogies, and pneumatic systems on the Multi-Purpose Vehicle based in Ballymena Maintenance Facility. 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:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1 500 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
50222000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
Translink wishes to procure a solution to carry out safety critical overhauls on the Main Traction Unit engine, bogies, and pneumatic systems on the Multi-Purpose Vehicle based in Ballymena Maintenance Facility. 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: Technical
/ Weighting: 80
Cost criterion: Financial
/ Weighting: 20
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
II.2.14) Additional information
The value published in this notice is to include the initial 5 year period of the contract plus the possible extensions of up to 60 months
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
2025/S 000-002652
Section V: Award of contract
Contract No: 1
Title: Contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
18/06/2025
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
WINDHOFF UK LIMITED
Delta 606 Welton Road Delta Office Park
SWINDON
SN5 7XF
UK
E-mail: jduesmann@windhoff.co.uk
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1 500 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Initial 5 year term with possible extensions up to 60 months
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
18/06/2025