Award

FW099 General On-site Safety

TRANSLINK

This public procurement record has 2 releases in its history.

Award

05 Dec 2022 at 11:18

Tender

26 May 2022 at 16:25

Summary of the contracting process

The procurement process for the "FW099 General On-site Safety" contract, conducted by Translink's Infrastructure and Projects Division in Belfast, United Kingdom, is now at the award stage. The contract falls under the services category and involves safety consultancy services. The duration of the contract is for 6 years, with an initial 3-year term and the possibility to extend for an additional 36 months. The procurement method used was an open procedure, and suppliers were selected based on specific award criteria, including health and safety controls, reviewing risk assessment, method statements, and available resources.

This tender for the "FW099 General On-site Safety" contract presents a significant business opportunity for suppliers in the safety consultancy services sector. Businesses specialising in safety consultancy, project management, and infrastructure maintenance are well-suited to compete for this contract. Being selected as a supplier for this framework agreement can provide long-term stability and potential growth for suppliers in the safety services industry in the UK.

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

FW099 General On-site Safety

Notice Description

Translink's Infrastructure and Projects Division is responsible for maintenance and capital works to all property, infrastructure and assets for Northern Ireland Railways Company, Ulsterbus, Metro and NITHC and wish to establish a Framework for the provision of general on-site safety services to support the delivery of Translink's programme of capital and maintenance works. Translink wish to appoint seven (excluding ties) Suppliers onto the Framework. It is anticipated that five (5) of the Suppliers will be on an active list with the remaining two (2) Suppliers on a reserve list. In the event of the number of successful Suppliers being five (5) or under, all Suppliers will be placed on the active list. The duration of this Framework will be a maximum of 6 years in total - a 3-year initial term with the option to extend by a further 36 months. No individual single extension will be granted for a period longer than 24 months and any extension will be at the discretion of the Client. 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

Translink's Infrastructure and Projects Division is responsible for maintenance and capital works to all property, infrastructure and assets for Northern Ireland Railways Company, Ulsterbus, Metro and NITHC and wish to establish a Framework for the provision of general on-site safety services to support the delivery of Translink's programme of capital and maintenance works. Translink wish to appoint seven (excluding ties) Suppliers onto the Framework. It is anticipated that five (5) of the Suppliers will be on an active list with the remaining two (2) Suppliers on a reserve list. In the event of the number of successful Suppliers being five (5) or under, all Suppliers will be placed on the active list. The duration of this Framework will be a maximum of 6 years in total - a 3-year initial term with the option to extend by a further 36 months. No individual single extension will be granted for a period longer than 24 months and any extension will be at the discretion of the Client. 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: The duration of this Framework will be a maximum of 6 years in total - a 3-year initial term with the option to extend by a further 36 months.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-034088
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/034313-2022
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, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

79417000 - Safety consultancy services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£3,000,000 £1M-£10M

Notice Dates

Publication Date
5 Dec 20223 years ago
Submission Deadline
28 Jun 2022Expired
Future Notice Date
Not specified
Award Date
30 Nov 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
5 years

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
TRANSLINK
Contact Name
Chris Clarke
Contact Email
chris.clarke@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
6
Supplier Names

ADVANCE SAFETY MANAGEMENT

ARCAL

GLOBAL HORIZON SKILLS

PHS

RIDER LEVETT BUCKNALL

TETRA TECH CONSULTING NI

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-034088-2022-12-05T11:18:32Z",
    "date": "2022-12-05T11:18:32Z",
    "ocid": "ocds-h6vhtk-034088",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-034088",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "FW099 General On-site Safety",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79417000",
            "description": "Safety consultancy services"
        },
        "mainProcurementCategory": "services",
        "description": "Translink's Infrastructure and Projects Division is responsible for maintenance and capital works to all property, infrastructure and assets for Northern Ireland Railways Company, Ulsterbus, Metro and NITHC and wish to establish a Framework for the provision of general on-site safety services to support the delivery of Translink's programme of capital and maintenance works. Translink wish to appoint seven (excluding ties) Suppliers onto the Framework. It is anticipated that five (5) of the Suppliers will be on an active list with the remaining two (2) Suppliers on a reserve list. In the event of the number of successful Suppliers being five (5) or under, all Suppliers will be placed on the active list. The duration of this Framework will be a maximum of 6 years in total - a 3-year initial term with the option to extend by a further 36 months. No individual single extension will be granted for a period longer than 24 months and any extension will be at the discretion of the Client. 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.",
        "lots": [
            {
                "id": "1",
                "description": "Translink's Infrastructure and Projects Division is responsible for maintenance and capital works to all property, infrastructure and assets for Northern Ireland Railways Company, Ulsterbus, Metro and NITHC and wish to establish a Framework for the provision of general on-site safety services to support the delivery of Translink's programme of capital and maintenance works. Translink wish to appoint seven (excluding ties) Suppliers onto the Framework. It is anticipated that five (5) of the Suppliers will be on an active list with the remaining two (2) Suppliers on a reserve list. In the event of the number of successful Suppliers being five (5) or under, all Suppliers will be placed on the active list. The duration of this Framework will be a maximum of 6 years in total - a 3-year initial term with the option to extend by a further 36 months. No individual single extension will be granted for a period longer than 24 months and any extension will be at the discretion of the Client. 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.",
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The duration of this Framework will be a maximum of 6 years in total - a 3-year initial term with the option to extend by a further 36 months."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Health and Safety Controls",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Reviewing Risk Assessment and Method Statements",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Resources",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79417000",
                        "description": "Safety consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN0"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "documents": [
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 7
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-06-28T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2022-12-25T23:59:59Z"
            }
        },
        "awardPeriod": {
            "startDate": "2022-06-28T15:30:00+01:00"
        },
        "bidOpening": {
            "date": "2022-06-28T15:30:00+01:00"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "5 years"
        }
    },
    "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": "Chris Clarke",
                "email": "chris.clarke@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-53987",
            "name": "Ulsterbus",
            "identifier": {
                "legalName": "Ulsterbus"
            },
            "address": {
                "locality": "Belfast",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-69997",
            "name": "ADVANCE SAFETY MANAGEMENT",
            "identifier": {
                "legalName": "ADVANCE SAFETY MANAGEMENT"
            },
            "address": {
                "streetAddress": "95 Meadowlands Ballymena Road",
                "locality": "ANTRIM",
                "region": "UK",
                "postalCode": "BT41 4EX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "jon.mowbrayn17@gmail.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-69998",
            "name": "PHS LTD",
            "identifier": {
                "legalName": "PHS LTD"
            },
            "address": {
                "streetAddress": "1a Ringsend Road",
                "locality": "BANBRIDGE",
                "region": "UK",
                "postalCode": "BT32 3QQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "bronagh@premierhealthsafety.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-69999",
            "name": "ARCAL LTD",
            "identifier": {
                "legalName": "ARCAL LTD"
            },
            "address": {
                "streetAddress": "Suite 1, Fountain Centre College Street",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT1 6ET",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "peter@arcal.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-23763",
            "name": "GLOBAL HORIZON SKILLS LTD",
            "identifier": {
                "legalName": "GLOBAL HORIZON SKILLS LTD"
            },
            "address": {
                "streetAddress": "2-4 Kevlin Road",
                "locality": "OMAGH",
                "region": "UK",
                "postalCode": "BT78 1LW",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "ryan@ghskills.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-24940",
            "name": "Tetra Tech Consulting NI Ltd",
            "identifier": {
                "legalName": "Tetra Tech Consulting NI Ltd"
            },
            "address": {
                "streetAddress": "1 Locksley Business Park, Montgomery Road,",
                "locality": "Belfast",
                "region": "UK",
                "postalCode": "BT6 9UP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "ireland@tetratech.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-70000",
            "name": "RIDER LEVETT BUCKNALL UK LIMITED",
            "identifier": {
                "legalName": "RIDER LEVETT BUCKNALL UK LIMITED"
            },
            "address": {
                "streetAddress": "Fifteen Colmore Row",
                "locality": "BIRMINGHAM",
                "region": "UK",
                "postalCode": "B3 2BH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "leah.croucher@uk.rlb.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-125",
        "name": "Translink"
    },
    "language": "en",
    "awards": [
        {
            "id": "034313-2022-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Contract",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-69997",
                    "name": "ADVANCE SAFETY MANAGEMENT"
                },
                {
                    "id": "GB-FTS-69998",
                    "name": "PHS LTD"
                },
                {
                    "id": "GB-FTS-69999",
                    "name": "ARCAL LTD"
                },
                {
                    "id": "GB-FTS-23763",
                    "name": "GLOBAL HORIZON SKILLS LTD"
                },
                {
                    "id": "GB-FTS-24940",
                    "name": "Tetra Tech Consulting NI Ltd"
                },
                {
                    "id": "GB-FTS-70000",
                    "name": "RIDER LEVETT BUCKNALL UK LIMITED"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "034313-2022-1-1",
            "awardID": "034313-2022-1-1",
            "title": "Contract",
            "status": "active",
            "value": {
                "amount": 3000000,
                "currency": "GBP"
            },
            "dateSigned": "2022-11-30T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 7
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 6
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 7
            }
        ]
    }
}