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

FW110 Rail Systems Professional Services Framework

  • First published: 12 May 2025
  • Last modified: 12 May 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

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-037e10
Published by:
Translink
Authority ID:
AA0088
Publication date:
12 May 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Translink is establishing a Framework for the provision of rail systems professional services to support the delivery of Translink’s programme of capital and maintenance works. Suppliers may be required to undertake strategic network strategy work in relation to the Client’s rail infrastructure. This could be in relation to major network enhancements (e.g., examining new rail lines, line speed upgrades, electrification) to more bespoke work (e.g., assessing the potential of new technologies). Work Packages in this area may encompass the following (note this list is not exhaustive) Scoping, Cost management, Demand forecasting, Economics / business case analysis, Risk and value management, Feasibility Studies, Initial design, Delivery strategy, Network modelling / timetable planning, Planning / consents advice, Stakeholder analysis / engagement, Change management, Common Safety Method / Interoperability advice. 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

Contact person: etnitranslink.co.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

FW110 Rail Systems Professional Services Framework

II.1.2) Main CPV code

72224000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Translink is establishing a Framework for the provision of rail systems professional services to support the delivery of Translink’s programme of capital and maintenance works. Suppliers may be required to undertake strategic network strategy work in relation to the Client’s rail infrastructure. This could be in relation to major network enhancements (e.g., examining new rail lines, line speed upgrades, electrification) to more bespoke work (e.g., assessing the potential of new technologies). Work Packages in this area may encompass the following (note this list is not exhaustive) Scoping, Cost management, Demand forecasting, Economics / business case analysis, Risk and value management, Feasibility Studies, Initial design, Delivery strategy, Network modelling / timetable planning, Planning / consents advice, Stakeholder analysis / engagement, Change management, Common Safety Method / Interoperability advice. 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: 60 000 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

71248000

71242000

II.2.3) Place of performance

NUTS code:

UKN0

II.2.4) Description of the procurement

Translink is establishing a Framework for the provision of rail systems professional services to support the delivery of Translink’s programme of capital and maintenance works. Suppliers may be required to undertake strategic network strategy work in relation to the Client’s rail infrastructure. This could be in relation to major network enhancements (e.g., examining new rail lines, line speed upgrades, electrification) to more bespoke work (e.g., assessing the potential of new technologies). Work Packages in this area may encompass the following (note this list is not exhaustive) Scoping, Cost management, Demand forecasting, Economics / business case analysis, Risk and value management, Feasibility Studies, Initial design, Delivery strategy, Network modelling / timetable planning, Planning / consents advice, Stakeholder analysis / engagement, Change management, Common Safety Method / Interoperability advice. 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: Safety, Health and Environment / Weighting: 8

Quality criterion: Technical / Weighting: 12

Quality criterion: Delivery / Weighting: 18

Quality criterion: Commercial / Weighting: 7

Quality criterion: BIM / Weighting: 5

Quality criterion: Social Value / Weighting: 10

Price / Weighting:  40

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 estimated value for the Framework is in excess of forty million pounds (£40,000,000). . The value of the Framework may be in excess of sixty million pounds (£60,000,000) in the . event of proposed enhancement schemes progressing, but these are subject to both . business case development and funding.. There is no guarantee of this work value, and all work is subject to funding availability. . .

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

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:

2022/S 000-035874

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

01/04/2025

V.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 6

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

WSP UK Ltd

Shorefield House, 30 Kinnegar Drive

Holywood

BT18 9JQ

UK

E-mail: ukproposalsnational@wsp.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/

The contractor is an SME: No

V.2.3) Name and address of the contractor

Ove Arup and Partners Ltd

8 Fitzroy Street

LONDON

W1T 4BJ

UK

E-mail: uk.procurement@arup.com

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

ATKINS LTD

WOODCOTE GROVE

EPSOM

KT18 5BW

UK

E-mail: belfast@atkinsglobal.com

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

AECOM Limited

Aldgate Tower, 2 Leman Street

LONDON

E1 8FA

UK

E-mail: heather.scott@aecom.com

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

AMEY OWR LIMITED

Chancery Exchange, 10 Furnival Street

London

EC4A 1AB

UK

E-mail: rebecca.parker@amey.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

MOTT MACDONALD LTD

10 Fleet Place

London

EC4M 7RB

UK

E-mail: helen.oconnor@mottmac.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: No

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: : 1.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The Framework structure consists of an Active List and a Reserve List. The Active List consists of 4 Suppliers, and the Reserve List of 2 Suppliers. The estimated value for the Framework is forty million pounds (£40,000,000). The value of the Framework may be in excess of sixty million pounds (£60,000,000) in the event of proposed enhancement schemes progressing, but these are subject to both business case development and funding. There is no guarantee of this work value, and all work is subject to funding availability.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Belfast

UK

VI.5) Date of dispatch of this notice

02/05/2025

Coding

Commodity categories

ID Title Parent category
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services
72224000 Project management consultancy services Systems and technical consultancy services
71248000 Supervision of project and documentation Architectural, engineering and planning 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:
procurement@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.