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

FW122 Permanent Way Major Projects Framework

  • First published: 01 September 2024
  • Last modified: 01 September 2024
  • 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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0495d1
Published by:
Translink
Authority ID:
AA0088
Publication date:
01 September 2024
Deadline date:
30 September 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Translink is establishing a Framework for the provision of Permanent Way Contractor works to support the delivery of Translink’s programme of capital and maintenance works. This Framework will entail the delivery of Work Packages in relation to Permanent Way across a wide spectrum of work types and scopes. These are expected to range from standalone single-site renewals and refurbishments to large (£20m+) Permanent Way-led projects that entail multi-disciplinary design and construction and the use of disruptive blockades / possessions. The type of Work Packages that may be commissioned under the Framework will typically comprise the following: Plain line renewal and refurbishment, Switch and crossing (S+C) renewal and refurbishment, Level crossing renewal and refurbishment, User-worked crossing (UWC) renewal and refurbishment, Re-railing, Rail milling, Ballast, Drainage, Work to sidings and depots, Rail systems enhancements (e.g., construction of new permanent way assets, track dualling, passing loops, sidings extensions, line speed improvements, realignment). To support the delivery of such Work Packages, the Supplier will be required to also have the capability to undertake work to interfacing railway assets including the following: Signalling and Telecoms, Electrification and Plant (E+P), Civils and Structures. 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

Belfast

55 Station Road

UK

Contact person: paul mccollough

E-mail: paul.mccollough@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

FW122 Permanent Way Major Projects Framework

II.1.2) Main CPV code

45234129

 

II.1.3) Type of contract

Works

II.1.4) Short description

Translink is establishing a Framework for the provision of Permanent Way Contractor works to support the delivery of Translink’s programme of capital and maintenance works. This Framework will entail the delivery of Work Packages in relation to Permanent Way across a wide spectrum of work types and scopes. These are expected to range from standalone single-site renewals and refurbishments to large (£20m+) Permanent Way-led projects that entail multi-disciplinary design and construction and the use of disruptive blockades / possessions. The type of Work Packages that may be commissioned under the Framework will typically comprise the following: Plain line renewal and refurbishment, Switch and crossing (S+C) renewal and refurbishment, Level crossing renewal and refurbishment, User-worked crossing (UWC) renewal and refurbishment, Re-railing, Rail milling, Ballast, Drainage, Work to sidings and depots, Rail systems enhancements (e.g., construction of new permanent way assets, track dualling, passing loops, sidings extensions, line speed improvements, realignment). To support the delivery of such Work Packages, the Supplier will be required to also have the capability to undertake work to interfacing railway assets including the following: Signalling and Telecoms, Electrification and Plant (E+P), Civils and Structures. 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.1.5) 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)

45234100

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 Permanent Way Contractor works to support the delivery of Translink’s programme of capital and maintenance works. This Framework will entail the delivery of Work Packages in relation to Permanent Way across a wide spectrum of work types and scopes. These are expected to range from standalone single-site renewals and refurbishments to large (£20m+) Permanent Way-led projects that entail multi-disciplinary design and construction and the use of disruptive blockades / possessions. The type of Work Packages that may be commissioned under the Framework will typically comprise the following: Plain line renewal and refurbishment, Switch and crossing (S+C) renewal and refurbishment, Level crossing renewal and refurbishment, User-worked crossing (UWC) renewal and refurbishment, Re-railing, Rail milling, Ballast, Drainage, Work to sidings and depots, Rail systems enhancements (e.g., construction of new permanent way assets, track dualling, passing loops, sidings extensions, line speed improvements, realignment). To support the delivery of such Work Packages, the Supplier will be required to also have the capability to undertake work to interfacing railway assets including the following: Signalling and Telecoms, Electrification and Plant (E+P), Civils and Structures. 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.2.6) 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: 60

This contract is subject to renewal: Yes

Description of renewals:

Initial 60 month contract plus a further 36 month extension options

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

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 several operators.

Envisaged maximum number of participants to the framework agreement: 5

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: 30/09/2024

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: 29/03/2025

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Potentially after an initial 60 months

VI.4) Procedures for review

VI.4.1) Review body

Ulsterbus Ltd

Belfast

UK

VI.5) Date of dispatch of this notice

27/08/2024

Coding

Commodity categories

ID Title Parent category
45234100 Railway construction works Construction work for railways and cable transport systems
45234129 Urban railway track construction works Construction work for railways and cable transport systems

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:
paul.mccollough@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.