Award

FW097 Permanent Way Contractor Framework

TRANSLINK

This public procurement record has 3 releases in its history.

Award

03 May 2024 at 11:04

Tender

15 Dec 2022 at 15:30

Tender

25 Aug 2022 at 09:56

Summary of the contracting process

Translink has issued the tender titled "Pre Market Engagement - FW097 Permanent Way Contractor Framework" within the urban railway track construction works category. The procurement process has an active status and involves the submission of completed questionnaires by the deadline of 8th September 2022. The total contract value is 150 million GBP, and the duration is set for 1440 days. The procedure selected for this pre-market engagement is not indicative of the procurement procedure to follow. The buying organization, Translink, located in Belfast, United Kingdom, is seeking responses via the eTendersNI secure messaging area. The tender period ends on 8th September 2022 with the bid opening scheduled for the same day.

This tender by Translink presents an opportunity for businesses involved in railway construction works to engage in the provision of Permanent Way Contractor services. Suitable businesses willing to undertake a negotiated procedure with prior call for competition procurement method can benefit from this framework agreement. The tender offers a substantial contract value of 150 million GBP with potential extension options up to 36 months. Businesses capable of delivering the specified work packages, including interfacing with railway assets such as Signalling and Telecoms, Electrification and Plant (E+P), and Civils and Structures, are encouraged to participate in this procurement process to support their growth and development.

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 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

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

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

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-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"
        }
    ]
}