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.5) Date of dispatch of this notice
02/05/2025