Contract 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: etni@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
FW073 Civil Engineering Contractors Framework
II.1.2) Main CPV code
45200000
II.1.3) Type of contract
Works
II.1.4) Short description
Translink’s Infrastructure and property division is responsible for maintenance and capital works to all infrastructure and property for Northern Ireland Railways Company, Ulsterbus, Metro and NITHC. In order to assist Translink’s Infrastructure and property division in its programme of maintenance and capital projects. The purpose of this framework is to provide design services and construction works to support the delivery of the client’s programme of capital and maintenance construction works. Typically, the work to be undertaken using this framework is of a civil engineering nature. Works packages may be awarded under traditional or design and build contracts. An overview of the type of works to be undertaken using the framework is as follows; bridges (under/over line, viaducts, footbridges), culverts, tunnels, earthworks and retaining structures, rock cuttings (including cliffs), sea and river defences, platforms, gantries, miscellaneous structures e.g. water towers, drainage systems, permanent way (e.g. ballasted track, slab track, switches and crossings, rail welding, track electrification), piling/specialist foundations, steelwork, vegetation removal, handrails and walkways, contractor designed solutions – including temporary works, Railway support systems – Lighting columns, train wash refuelling etc This list is not exhaustive and may be subject to amendment by the client. A project may require all or some of the above, depending on its complexity. Your proposal must be submitted within the eTendersNI portal, via this CfT. No other method of submission will be accepted.
II.1.5) Estimated total value
Value excluding VAT:
150 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45200000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
Translink’s Infrastructure and property division is responsible for maintenance and capital works to all infrastructure and property for Northern Ireland Railways Company, Ulsterbus, Metro and NITHC. In order to assist Translink’s Infrastructure and property division in its programme of maintenance and capital projects. The purpose of this framework is to provide design services and construction works to support the delivery of the client’s programme of capital and maintenance construction works. Typically, the work to be undertaken using this framework is of a civil engineering nature. Works packages may be awarded under traditional or design and build contracts. An overview of the type of works to be undertaken using the framework is as follows: bridges (under/over line, viaducts, footbridges), culverts, tunnels, earthworks and retaining structures, rock cuttings (including cliffs), sea and river defences, platforms, gantries, miscellaneous Structures e.g. water towers, drainage systems, permanent way (e.g. ballasted track, slab track, switches and crossings, rail welding, track electrification), piling/specialist foundations, steelwork, vegetation removal, handrails and walkways, contractor designed solutions – including temporary works, railway support systems – lighting columns, train wash refuelling etc This list is not exhaustive and may be subject to amendment by the client. A project may require all or some of the above, depending on its complexity. Your proposal must be submitted within the eTendersNI portal, via this CfT. 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.2.6) Estimated value
Value excluding VAT:
150 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
4 x 12-month extensions.
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted 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:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
23/12/2020
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:
23/12/2021
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
17/11/2020