Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Translink
Procurement Department
Belfast
BT2 7LX
UK
Contact person: chris clarke
E-mail: chris.clarke@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
I.6) Main activity
Urban railway, tramway, trolleybus or bus services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
FW100 Rail On-site Safety
II.1.2) Main CPV code
79417000
II.1.3) Type of contract
Services
II.1.4) Short description
Translink'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 and wish to establish a Framework for the provision of Rail on-site safety services to support the delivery of Translink’s programme of capital and maintenance works. Translink wish to appoint seven (excluding ties) Suppliers onto the Framework. It is anticipated that five (5) of the Suppliers will be on an active list with the remaining two (2) Suppliers on a reserve list. In the event of the number of successful Suppliers being five (5) or under, all Suppliers will be placed on the active list. The duration of this Framework will be a maximum of 6 years in total - a 3-year initial term with the option to extend by a further 36 months. No individual single extension will be granted for a period longer than 24 months and any extension will be at the discretion of the Client. 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.2) Description
II.2.2) Additional CPV code(s)
79417000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
Translink'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 and wish to establish a Framework for the provision of Rail on-site safety services to support the delivery of Translink’s programme of capital and maintenance works. Translink wish to appoint seven (excluding ties) Suppliers onto the Framework. It is anticipated that five (5) of the Suppliers will be on an active list with the remaining two (2) Suppliers on a reserve list. In the event of the number of successful Suppliers being five (5) or under, all Suppliers will be placed on the active list. The duration of this Framework will be a maximum of 6 years in total - a 3-year initial term with the option to extend by a further 36 months. No individual single extension will be granted for a period longer than 24 months and any extension will be at the discretion of the Client. 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
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
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
The duration of this Framework will be a maximum of 6 years in total - a 3-year initial term with the option to extend by a further 36 months.
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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 several operators.
Envisaged maximum number of participants to the framework agreement: 7
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:
28/06/2022
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:
25/12/2022
IV.2.7) Conditions for opening of tenders
Date:
28/06/2022
Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
5 years
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
26/05/2022