Notice Information
Notice Title
FW097 Permanent Way Contractor Framework
Notice Description
Translink is responsible for both maintenance and capital works to infrastructure on the Northern Ireland Railways (NIR) network. Translink wish to establish a long-term Permanent Way Contractor framework and would like to invite expressions of interest from suppliers with a proven record in the delivery of significant rail infrastructure projects. The Translink project team have set aside some time to engage with suitably qualified economic operators. If this is of interest please contact chris.clarke@translink.co.uk
Lot Information
Lot 1
The scope for the Framework will be the delivery of Permanent Way projects across a wide range of work types, including the following: * Enhancement projects related to permanent way * Renewal / refurbishment of plain line track including ballast, rail and drainage * Renewal / refurbishment of switch and crossings (S&C) * Renewal / refurbishment of level crossings * Rail milling * Procurement of materials and equipment In addition to the above, Suppliers will also be required to have the capability to undertake work to associated railway assets including signalling, telecoms and civils/structures as part of permanent way projects. Work will be delivered on a design-and-build or build-only approach, and suppliers will also be required to undertake early contractor involvement (ECI) It is anticipated that a standalone framework for minor Permanent Way works will be procured separately, utilising the NEC's Term Service Contract (TSC). A separate pre-market engagement exercise will be carried out for this framework. Key Features / Requirements * Suppliers will be required to maintain an excellent standard of health, safety and environmental performance through proactive leadership and assurance * Suppliers will be required to deliver value for money, including a Framework requirement to demonstrate both benchmarking and efficiencies over the life of the Framework * Delivery of construction work in blockades over the Christmas period and other bank holidays are anticipated * Suppliers will be required to deliver against social value targets to deliver a positive lasting legacy for the rail industry in Northern Ireland. This will be assessed at tender stage. * Suppliers will be required to utilise the Rail Method of Measurement (RMM) when producing cost estimates and tender submissions * Suppliers will be expected to undertake a range of framework-management activities including regular reporting, forecasting of spend and resource requirements and attendance at framework-level meetings * Supplier performance will be monitored using contract performance measures (CPMs) at both project and framework-level, with a range of performance mechanisms utilised to incentivise positive performance
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-034fd2
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/018730-2022
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45234129 - Urban railway track construction works
Notice Value(s)
- Tender Value
- £150,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 8 Jul 20223 years ago
- Submission Deadline
- 15 Aug 2022Expired
- Future Notice Date
- 14 Aug 2022Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Planned
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSLINK
- Contact Name
- Not specified
- 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
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-034fd2-2022-07-08T11:19:33+01:00",
"date": "2022-07-08T11:19:33+01:00",
"ocid": "ocds-h6vhtk-034fd2",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-034fd2",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "FW097 Permanent Way Contractor Framework",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "45234129",
"description": "Urban railway track construction works"
},
"mainProcurementCategory": "works",
"description": "Translink is responsible for both maintenance and capital works to infrastructure on the Northern Ireland Railways (NIR) network. Translink wish to establish a long-term Permanent Way Contractor framework and would like to invite expressions of interest from suppliers with a proven record in the delivery of significant rail infrastructure projects. The Translink project team have set aside some time to engage with suitably qualified economic operators. If this is of interest please contact chris.clarke@translink.co.uk",
"value": {
"amount": 150000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The scope for the Framework will be the delivery of Permanent Way projects across a wide range of work types, including the following: * Enhancement projects related to permanent way * Renewal / refurbishment of plain line track including ballast, rail and drainage * Renewal / refurbishment of switch and crossings (S&C) * Renewal / refurbishment of level crossings * Rail milling * Procurement of materials and equipment In addition to the above, Suppliers will also be required to have the capability to undertake work to associated railway assets including signalling, telecoms and civils/structures as part of permanent way projects. Work will be delivered on a design-and-build or build-only approach, and suppliers will also be required to undertake early contractor involvement (ECI) It is anticipated that a standalone framework for minor Permanent Way works will be procured separately, utilising the NEC's Term Service Contract (TSC). A separate pre-market engagement exercise will be carried out for this framework. Key Features / Requirements * Suppliers will be required to maintain an excellent standard of health, safety and environmental performance through proactive leadership and assurance * Suppliers will be required to deliver value for money, including a Framework requirement to demonstrate both benchmarking and efficiencies over the life of the Framework * Delivery of construction work in blockades over the Christmas period and other bank holidays are anticipated * Suppliers will be required to deliver against social value targets to deliver a positive lasting legacy for the rail industry in Northern Ireland. This will be assessed at tender stage. * Suppliers will be required to utilise the Rail Method of Measurement (RMM) when producing cost estimates and tender submissions * Suppliers will be expected to undertake a range of framework-management activities including regular reporting, forecasting of spend and resource requirements and attendance at framework-level meetings * Supplier performance will be monitored using contract performance measures (CPMs) at both project and framework-level, with a range of performance mechanisms utilised to incentivise positive performance",
"status": "planned"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKN0"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2022-08-15T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-08-15T15:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
}
},
"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": {
"email": "chris.clarke@translink.co.uk"
},
"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"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-125",
"name": "Translink"
},
"language": "en"
}