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

FW099 General On-site Safety

  • First published: 27 May 2022
  • Last modified: 27 May 2022

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-034088
Published by:
Translink
Authority ID:
AA0088
Publication date:
27 May 2022
Deadline date:
28 June 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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 general 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.

Full notice text

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

FW099 General 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 general 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 general 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.1.3) 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.4.1) Review body

Ulsterbus

Belfast

UK

VI.5) Date of dispatch of this notice

26/05/2022

Coding

Commodity categories

ID Title Parent category
79417000 Safety consultancy services Business and management consultancy 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:
chris.clarke@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.