Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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
}
]
}
}