Award

FW049 Common Safety Method (CSM) and Interoperability Framework

TRANSLINK

This public procurement record has 2 releases in its history.

Award

05 Apr 2022 at 09:24

Tender

22 Dec 2021 at 16:24

Summary of the contracting process

Translink, based in Belfast, is currently undertaking the "FW049 Common Safety Method (CSM) and Interoperability Framework" tender, focusing on health and safety services within the rail industry. This procurement, classified under the main category of services, is at the award stage following its completion. The total value of this framework is estimated at £2,000,000, with the award period having started on 27 January 2022. The tender process followed an open procurement method, allowing a wider range of suppliers to participate, and responses had to be submitted via the eTendersNI platform by 27 January 2022, with a bid validity period extending until 26 July 2022.

This tender presents significant opportunities for businesses specialising in health and safety services, railway product certification, and independent safety assessments. Companies that can provide accredited safety consultancy and measurement services, particularly those equipped to operate within both the UK and EU frameworks, would be well-positioned to compete for this framework. Given the nature of the packages involved, suppliers with expertise in regulatory compliance for rail infrastructure, particularly in cross-border projects like the Belfast-Dublin line, will find this tender particularly relevant for growth.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

FW049 Common Safety Method (CSM) and Interoperability Framework

Notice Description

This Framework is being established to deliver professional services in both Common Safety Method (CSM) and Interoperability for Translink's infrastructure department. The type of Work Packages that may be commissioned via the Framework will typically comprise the following: * Deliver the services of Accredited Notified Body (NoBo), Designated Body (DeBo) and Assessment Body (AsBo), or future iterations of these roles. Suppliers should have the ability to undertake these roles both in the UK and an EU Member State, in order to be proactive to changes in Regulations that are applicable to Northern Ireland or on cross-border projects (e.g., Belfast-Dublin line). * Provision of Independent Safety Assessments and Railways Product Certification services for the safety approval of products and systems. * Able to provide test and measurement services for the rail sector, including components, products and Signalling products. * Support Translink in achieving any necessary authorisations, through compliance assessment and certification to compile the relevant assessment outputs and offer constructive and objective feedback throughout the process. * Compile the NoBo or DeBo file for submission to the National Safety Authority or the European Union Agency for Railways. * Provide training to members of Staff on Interoperability and CSM to ensure process steps and requirements of the legislation are fully understood. The Supplier will deliver any Work Packages in line with the NIR Infrastructure and Project Change Management Policy - Framework - Guidance (I/SYP/POL/1801) for CSM and Interoperability. 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.

Lot Information

Lot 1

This Framework is being established to deliver professional services in both Common Safety Method (CSM) and Interoperability for Translink's infrastructure department. The type of Work Packages that may be commissioned via the Framework will typically comprise the following: * Deliver the services of Accredited Notified Body (NoBo), Designated Body (DeBo) and Assessment Body (AsBo), or future iterations of these roles. Suppliers should have the ability to undertake these roles both in the UK and an EU Member State, in order to be proactive to changes in Regulations that are applicable to Northern Ireland or on cross-border projects (e.g., Belfast-Dublin line). * Provision of Independent Safety Assessments and Railways Product Certification services for the safety approval of products and systems. * Able to provide test and measurement services for the rail sector, including components, products and Signalling products. * Support Translink in achieving any necessary authorisations, through compliance assessment and certification to compile the relevant assessment outputs and offer constructive and objective feedback throughout the process. * Compile the NoBo or DeBo file for submission to the National Safety Authority or the European Union Agency for Railways. * Provide training to members of Staff on Interoperability and CSM to ensure process steps and requirements of the legislation are fully understood. The Supplier will deliver any Work Packages in line with the NIR Infrastructure and Project Change Management Policy - Framework - Guidance (I/SYP/POL/1801) for CSM and Interoperability. 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.

Renewal: Option to extend up to a maximum of 48 months.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0304eb
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/009061-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services

79 - Business services: law, marketing, consulting, recruitment, printing and security

80 - Education and training services


CPV Codes

71317200 - Health and safety services

71317210 - Health and safety consultancy services

79417000 - Safety consultancy services

80550000 - Safety training services

Notice Value(s)

Tender Value
£2,000,000 £1M-£10M
Lots Value
£2,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 Apr 20223 years ago
Submission Deadline
27 Jan 2022Expired
Future Notice Date
Not specified
Award Date
4 Apr 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
TRANSLINK
Contact Name
etnitranslink.co.uk
Contact Email
etni@translink.co.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT2 7LX
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
TLN0 Northern Ireland

Local Authority
Belfast
Electoral Ward
Central
Westminster Constituency
Belfast South and Mid Down

Supplier Information

Number of Suppliers
2
Supplier Names

ARCADIS CONSULTING

RICARDO RAIL

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0304eb-2022-04-05T10:24:56+01:00",
    "date": "2022-04-05T10:24:56+01:00",
    "ocid": "ocds-h6vhtk-0304eb",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-0304eb",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "FW049 Common Safety Method (CSM) and Interoperability Framework",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71317200",
            "description": "Health and safety services"
        },
        "mainProcurementCategory": "services",
        "description": "This Framework is being established to deliver professional services in both Common Safety Method (CSM) and Interoperability for Translink's infrastructure department. The type of Work Packages that may be commissioned via the Framework will typically comprise the following: * Deliver the services of Accredited Notified Body (NoBo), Designated Body (DeBo) and Assessment Body (AsBo), or future iterations of these roles. Suppliers should have the ability to undertake these roles both in the UK and an EU Member State, in order to be proactive to changes in Regulations that are applicable to Northern Ireland or on cross-border projects (e.g., Belfast-Dublin line). * Provision of Independent Safety Assessments and Railways Product Certification services for the safety approval of products and systems. * Able to provide test and measurement services for the rail sector, including components, products and Signalling products. * Support Translink in achieving any necessary authorisations, through compliance assessment and certification to compile the relevant assessment outputs and offer constructive and objective feedback throughout the process. * Compile the NoBo or DeBo file for submission to the National Safety Authority or the European Union Agency for Railways. * Provide training to members of Staff on Interoperability and CSM to ensure process steps and requirements of the legislation are fully understood. The Supplier will deliver any Work Packages in line with the NIR Infrastructure and Project Change Management Policy - Framework - Guidance (I/SYP/POL/1801) for CSM and Interoperability. 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.",
        "value": {
            "amount": 2000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "This Framework is being established to deliver professional services in both Common Safety Method (CSM) and Interoperability for Translink's infrastructure department. The type of Work Packages that may be commissioned via the Framework will typically comprise the following: * Deliver the services of Accredited Notified Body (NoBo), Designated Body (DeBo) and Assessment Body (AsBo), or future iterations of these roles. Suppliers should have the ability to undertake these roles both in the UK and an EU Member State, in order to be proactive to changes in Regulations that are applicable to Northern Ireland or on cross-border projects (e.g., Belfast-Dublin line). * Provision of Independent Safety Assessments and Railways Product Certification services for the safety approval of products and systems. * Able to provide test and measurement services for the rail sector, including components, products and Signalling products. * Support Translink in achieving any necessary authorisations, through compliance assessment and certification to compile the relevant assessment outputs and offer constructive and objective feedback throughout the process. * Compile the NoBo or DeBo file for submission to the National Safety Authority or the European Union Agency for Railways. * Provide training to members of Staff on Interoperability and CSM to ensure process steps and requirements of the legislation are fully understood. The Supplier will deliver any Work Packages in line with the NIR Infrastructure and Project Change Management Policy - Framework - Guidance (I/SYP/POL/1801) for CSM and Interoperability. 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.",
                "value": {
                    "amount": 2000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend up to a maximum of 48 months."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71317210",
                        "description": "Health and safety consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79417000",
                        "description": "Safety consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80550000",
                        "description": "Safety training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN0"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 7
            }
        },
        "tenderPeriod": {
            "endDate": "2022-01-27T15:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2022-07-26T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2022-01-27T15:30:00Z"
        },
        "bidOpening": {
            "date": "2022-01-27T15:30:00Z"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-125",
            "name": "Translink",
            "identifier": {
                "legalName": "Translink"
            },
            "address": {
                "streetAddress": "Procurement Department",
                "locality": "Belfast",
                "region": "UK",
                "postalCode": "BT2 7LX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "etnitranslink.co.uk",
                "email": "etni@translink.co.uk",
                "url": "https://etendersni.gov.uk/epps"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "URBAN_RAILWAY_TRAMWAY_TROLLEYBUS_BUS_SERVICES",
                        "description": "Urban railway, tramway, trolleybus or bus services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-3482",
            "name": "Translink Ltd",
            "identifier": {
                "legalName": "Translink Ltd"
            },
            "address": {
                "locality": "Belfast",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-48895",
            "name": "ARCADIS CONSULTING UK LIMITED",
            "identifier": {
                "legalName": "ARCADIS CONSULTING UK LIMITED"
            },
            "address": {
                "streetAddress": "Arcadis Cymru House St Mellons Business Park, Fortran Road",
                "locality": "CARDIFF",
                "region": "UK",
                "postalCode": "CF3 0EY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2920774310",
                "email": "rachel.murphy@arcadis.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-48896",
            "name": "RICARDO RAIL LTD",
            "identifier": {
                "legalName": "RICARDO RAIL LTD"
            },
            "address": {
                "streetAddress": "EDWARD LLOYD HOUSE",
                "locality": "DERBY",
                "region": "UK",
                "postalCode": "DE24 8ZS",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1332268700",
                "email": "martin.hayhoe@ricardo.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-125",
        "name": "Translink"
    },
    "language": "en",
    "awards": [
        {
            "id": "009061-2022-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Contract",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-48895",
                    "name": "ARCADIS CONSULTING UK LIMITED"
                },
                {
                    "id": "GB-FTS-48896",
                    "name": "RICARDO RAIL LTD"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "009061-2022-1-1",
            "awardID": "009061-2022-1-1",
            "title": "Contract",
            "status": "active",
            "dateSigned": "2022-04-05T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}