Planning

FW097 Permanent Way Contractor Framework

TRANSLINK

This public procurement record has 1 release in its history.

Planning

08 Jul 2022 at 10:19

Summary of the contracting process

The procurement process is initiated by Translink, which seeks to establish a Permanent Way Contractor framework for urban railway track construction works in Northern Ireland. The contract, valued at £150 million, is currently in the planning stage, with a tender period set to conclude on 15th August 2022. Interested suppliers are encouraged to express their interest and engage with the Translink project team, as the buying organisation plans to assess their capabilities for delivering significant rail infrastructure projects. The communication for this tender can be directed to Chris Clarke at chris.clarke@translink.co.uk.

This tender presents a valuable opportunity for businesses specialising in railway infrastructure, construction, and maintenance. Companies with proven experience in permanent way projects, including enhancement, renewal, and refurbishment of railway assets, would be well-suited for this framework. The procurement requires adherence to strict health, safety, and environmental standards, as well as a commitment to delivering social value and efficiency throughout the contract’s duration. This emphasis on performance and best practices creates a competitive environment ideal for firms looking to expand their presence in the railway industry in Northern Ireland.

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

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

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

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

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-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"
}