Notice Information
Notice Title
FW097 Permanent Way Contractor Framework
Notice Description
Translink is establishing a Framework for the provision of Permanent Way Contractor works to support the delivery of Translink's programme of capital and maintenance works. This Framework will entail the delivery of Work Packages in relation to Permanent Way across a wide spectrum of work types and scopes. These are expected to range from standalone single-site renewals and refurbishments to large (PS20m+) Permanent Way-led projects that entail multi-disciplinary design and construction and the use of disruptive blockades / possessions. The type of Work Packages that may be commissioned under the Framework will typically comprise the following: Plain line renewal and refurbishment, Switch and crossing (S+C) renewal and refurbishment, Level crossing renewal and refurbishment, User-worked crossing (UWC) renewal and refurbishment, Re-railing, Rail milling, Ballast, Drainage, Work to sidings and depots, Rail systems enhancements (e.g., construction of new permanent way assets, track dualling, passing loops, sidings extensions, line speed improvements, realignment). To support the delivery of such Work Packages, the Supplier will be required to also have the capability to undertake work to interfacing railway assets including the following: Signalling and Telecoms, Electrification and Plant (E+P), Civils and Structures. 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 is establishing a Framework for the provision of Permanent Way Contractor works to support the delivery of Translink's programme of capital and maintenance works. This Framework will entail the delivery of Work Packages in relation to Permanent Way across a wide spectrum of work types and scopes. These are expected to range from standalone single-site renewals and refurbishments to large (PS20m+) Permanent Way-led projects that entail multi-disciplinary design and construction and the use of disruptive blockades / possessions. The type of Work Packages that may be commissioned under the Framework will typically comprise the following: Plain line renewal and refurbishment, Switch and crossing (S+C) renewal and refurbishment, Level crossing renewal and refurbishment, User-worked crossing (UWC) renewal and refurbishment, Re-railing, Rail milling, Ballast, Drainage, Work to sidings and depots, Rail systems enhancements (e.g., construction of new permanent way assets, track dualling, passing loops, sidings extensions, line speed improvements, realignment). To support the delivery of such Work Packages, the Supplier will be required to also have the capability to undertake work to interfacing railway assets including the following: Signalling and Telecoms, Electrification and Plant (E+P), Civils and Structures. 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.
Options: Extension options up to 36 months
Renewal: After 60 months
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0362d0
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/014333-2024
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated procedure with prior call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45234100 - Railway construction works
45234129 - Urban railway track construction works
Notice Value(s)
- Tender Value
- £250,000,000 £100M-£1B
- Lots Value
- £250,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 3 May 20241 years ago
- Submission Deadline
- 25 Jan 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 3 May 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Contract notice - October 2022
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSLINK
- Contact Name
- paul.mccolloughtranslink.co.uk
- Contact Email
- paul.mccollough@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-0362d0-2024-05-03T12:04:59+01:00",
"date": "2024-05-03T12:04:59+01:00",
"ocid": "ocds-h6vhtk-0362d0",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-0362d0",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "FW097 Permanent Way Contractor Framework",
"status": "cancelled",
"classification": {
"scheme": "CPV",
"id": "45234129",
"description": "Urban railway track construction works"
},
"mainProcurementCategory": "works",
"description": "Translink is establishing a Framework for the provision of Permanent Way Contractor works to support the delivery of Translink's programme of capital and maintenance works. This Framework will entail the delivery of Work Packages in relation to Permanent Way across a wide spectrum of work types and scopes. These are expected to range from standalone single-site renewals and refurbishments to large (PS20m+) Permanent Way-led projects that entail multi-disciplinary design and construction and the use of disruptive blockades / possessions. The type of Work Packages that may be commissioned under the Framework will typically comprise the following: Plain line renewal and refurbishment, Switch and crossing (S+C) renewal and refurbishment, Level crossing renewal and refurbishment, User-worked crossing (UWC) renewal and refurbishment, Re-railing, Rail milling, Ballast, Drainage, Work to sidings and depots, Rail systems enhancements (e.g., construction of new permanent way assets, track dualling, passing loops, sidings extensions, line speed improvements, realignment). To support the delivery of such Work Packages, the Supplier will be required to also have the capability to undertake work to interfacing railway assets including the following: Signalling and Telecoms, Electrification and Plant (E+P), Civils and Structures. 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": 250000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Translink is establishing a Framework for the provision of Permanent Way Contractor works to support the delivery of Translink's programme of capital and maintenance works. This Framework will entail the delivery of Work Packages in relation to Permanent Way across a wide spectrum of work types and scopes. These are expected to range from standalone single-site renewals and refurbishments to large (PS20m+) Permanent Way-led projects that entail multi-disciplinary design and construction and the use of disruptive blockades / possessions. The type of Work Packages that may be commissioned under the Framework will typically comprise the following: Plain line renewal and refurbishment, Switch and crossing (S+C) renewal and refurbishment, Level crossing renewal and refurbishment, User-worked crossing (UWC) renewal and refurbishment, Re-railing, Rail milling, Ballast, Drainage, Work to sidings and depots, Rail systems enhancements (e.g., construction of new permanent way assets, track dualling, passing loops, sidings extensions, line speed improvements, realignment). To support the delivery of such Work Packages, the Supplier will be required to also have the capability to undertake work to interfacing railway assets including the following: Signalling and Telecoms, Electrification and Plant (E+P), Civils and Structures. 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": 250000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"renewal": {
"description": "After 60 months"
},
"options": {
"description": "Extension options up to 36 months"
},
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "60"
},
{
"name": "Cost",
"type": "cost",
"description": "40"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
}
],
"deliveryAddresses": [
{
"region": "UKN0"
},
{
"region": "UKN0"
},
{
"region": "UKN0"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 3
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-01-25T15:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2023-07-24T23:59:59+01:00"
}
},
"awardPeriod": {
"startDate": "2022-09-08T15:30:00+01:00"
},
"bidOpening": {
"date": "2022-09-08T15:30:00+01:00"
},
"hasRecurrence": true,
"recurrence": {
"description": "Contract notice - October 2022"
},
"submissionMethodDetails": "https://etendersni.gov.uk/epps",
"secondStage": {
"invitationDate": "2023-02-24T00:00:00Z"
}
},
"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": "paul.mccolloughtranslink.co.uk",
"email": "paul.mccollough@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-62251",
"name": "NI Railways",
"identifier": {
"legalName": "NI Railways"
},
"address": {
"locality": "Belfast",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-55329",
"name": "Ulsterbus Ltd",
"identifier": {
"legalName": "Ulsterbus Ltd"
},
"address": {
"locality": "Belfast",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-24868",
"name": "Ulsterbus Limited",
"identifier": {
"legalName": "Ulsterbus Limited"
},
"address": {
"locality": "Belfast",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-125",
"name": "Translink"
},
"language": "en",
"description": "Translink has identified some issues with the tender/contract documents that were provided to all economic . operators. These issues include misalignment between Translink's requirements/objectives . and some of the information that was contained within the tender/contract documents and . some areas where Translink's requirements may potentially have been open to different . interpretations by bidders. As a result, and bearing in mind its obligations to ensure a fair and . transparent process in line with the requirements of the Utilities Contracts Regulations 2016, . Translink has no option but to terminate the procurement process. Therefore, this competition . will not result in the award of a framework.",
"awards": [
{
"id": "014333-2024-1-1",
"relatedLots": [
"1"
],
"status": "unsuccessful",
"statusDetails": "discontinued"
}
]
}