Notice Information
Notice Title
FW110 Rail Systems Professional Services Framework
Notice Description
Translink is establishing a Framework for the provision of rail systems professional services to support the delivery of Translink's programme of capital and maintenance works. Suppliers may be required to undertake strategic network strategy work in relation to the Client's rail infrastructure. This could be in relation to major network enhancements (e.g., examining new rail lines, line speed upgrades, electrification) to more bespoke work (e.g., assessing the potential of new technologies). Work Packages in this area may encompass the following (note this list is not exhaustive) Scoping, Cost management, Demand forecasting, Economics / business case analysis, Risk and value management, Feasibility Studies, Initial design, Delivery strategy, Network modelling / timetable planning, Planning / consents advice, Stakeholder analysis / engagement, Change management, Common Safety Method / Interoperability advice. 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 rail systems professional services to support the delivery of Translink's programme of capital and maintenance works. Suppliers may be required to undertake strategic network strategy work in relation to the Client's rail infrastructure. This could be in relation to major network enhancements (e.g., examining new rail lines, line speed upgrades, electrification) to more bespoke work (e.g., assessing the potential of new technologies). Work Packages in this area may encompass the following (note this list is not exhaustive) Scoping, Cost management, Demand forecasting, Economics / business case analysis, Risk and value management, Feasibility Studies, Initial design, Delivery strategy, Network modelling / timetable planning, Planning / consents advice, Stakeholder analysis / engagement, Change management, Common Safety Method / Interoperability advice. 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. Additional information: The estimated value for the Framework is in excess of forty million pounds (PS40,000,000). . The value of the Framework may be in excess of sixty million pounds (PS60,000,000) in the . event of proposed enhancement schemes progressing, but these are subject to both . business case development and funding.. There is no guarantee of this work value, and all work is subject to funding availability. . .
Options: up to a further 48 month.
Renewal: up to a further 48 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-037e10
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/018720-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated procedure with prior call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
71242000 - Project and design preparation, estimation of costs
71248000 - Supervision of project and documentation
72224000 - Project management consultancy services
Notice Value(s)
- Tender Value
- £60,000,000 £10M-£100M
- Lots Value
- £60,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £1
Notice Dates
- Publication Date
- 2 May 20259 months ago
- Submission Deadline
- 30 Jan 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 31 Mar 202510 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- after 48 months
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSLINK
- Contact Name
- etnitranslink.co.uk
- Contact Email
- procurement@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
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-037e10-2025-05-02T11:56:00+01:00",
"date": "2025-05-02T11:56:00+01:00",
"ocid": "ocds-h6vhtk-037e10",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-037e10",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "FW110 Rail Systems Professional Services Framework",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
},
"mainProcurementCategory": "services",
"description": "Translink is establishing a Framework for the provision of rail systems professional services to support the delivery of Translink's programme of capital and maintenance works. Suppliers may be required to undertake strategic network strategy work in relation to the Client's rail infrastructure. This could be in relation to major network enhancements (e.g., examining new rail lines, line speed upgrades, electrification) to more bespoke work (e.g., assessing the potential of new technologies). Work Packages in this area may encompass the following (note this list is not exhaustive) Scoping, Cost management, Demand forecasting, Economics / business case analysis, Risk and value management, Feasibility Studies, Initial design, Delivery strategy, Network modelling / timetable planning, Planning / consents advice, Stakeholder analysis / engagement, Change management, Common Safety Method / Interoperability advice. 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": 60000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Translink is establishing a Framework for the provision of rail systems professional services to support the delivery of Translink's programme of capital and maintenance works. Suppliers may be required to undertake strategic network strategy work in relation to the Client's rail infrastructure. This could be in relation to major network enhancements (e.g., examining new rail lines, line speed upgrades, electrification) to more bespoke work (e.g., assessing the potential of new technologies). Work Packages in this area may encompass the following (note this list is not exhaustive) Scoping, Cost management, Demand forecasting, Economics / business case analysis, Risk and value management, Feasibility Studies, Initial design, Delivery strategy, Network modelling / timetable planning, Planning / consents advice, Stakeholder analysis / engagement, Change management, Common Safety Method / Interoperability advice. 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. Additional information: The estimated value for the Framework is in excess of forty million pounds (PS40,000,000). . The value of the Framework may be in excess of sixty million pounds (PS60,000,000) in the . event of proposed enhancement schemes progressing, but these are subject to both . business case development and funding.. There is no guarantee of this work value, and all work is subject to funding availability. . .",
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"value": {
"amount": 60000000,
"currency": "GBP"
},
"renewal": {
"description": "up to a further 48 months."
},
"options": {
"description": "up to a further 48 month."
},
"awardCriteria": {
"criteria": [
{
"name": "Safety, Health and Environment",
"type": "quality",
"description": "8"
},
{
"name": "Technical",
"type": "quality",
"description": "12"
},
{
"name": "Delivery",
"type": "quality",
"description": "18"
},
{
"name": "Commercial",
"type": "quality",
"description": "7"
},
{
"name": "BIM",
"type": "quality",
"description": "5"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "40"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71248000",
"description": "Supervision of project and documentation"
},
{
"scheme": "CPV",
"id": "71242000",
"description": "Project and design preparation, estimation of costs"
}
],
"deliveryAddresses": [
{
"region": "UKN0"
},
{
"region": "UKN0"
},
{
"region": "UKN0"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"written"
],
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 6
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-01-30T15:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2023-07-29T23:59:59+01:00"
}
},
"awardPeriod": {
"startDate": "2022-11-14T15:30:00Z"
},
"bidOpening": {
"date": "2022-11-14T15:30:00Z"
},
"hasRecurrence": true,
"secondStage": {
"invitationDate": "2023-02-27T00:00:00Z"
},
"recurrence": {
"description": "after 48 months"
}
},
"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": "etnitranslink.co.uk",
"email": "procurement@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-53987",
"name": "Ulsterbus",
"identifier": {
"legalName": "Ulsterbus"
},
"address": {
"locality": "Belfast",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-146436",
"name": "WSP UK Ltd",
"identifier": {
"legalName": "WSP UK Ltd"
},
"address": {
"streetAddress": "Shorefield House, 30 Kinnegar Drive",
"locality": "Holywood",
"region": "UK",
"postalCode": "BT18 9JQ",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "ukproposalsnational@wsp.com"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/",
"scale": "large"
}
},
{
"id": "GB-FTS-116598",
"name": "Ove Arup and Partners Ltd",
"identifier": {
"legalName": "Ove Arup and Partners Ltd"
},
"address": {
"streetAddress": "8 Fitzroy Street",
"locality": "LONDON",
"region": "UK",
"postalCode": "W1T 4BJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "uk.procurement@arup.com"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"scale": "large"
}
},
{
"id": "GB-FTS-33491",
"name": "ATKINS LTD",
"identifier": {
"legalName": "ATKINS LTD"
},
"address": {
"streetAddress": "WOODCOTE GROVE",
"locality": "EPSOM",
"region": "UK",
"postalCode": "KT18 5BW",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "belfast@atkinsglobal.com"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"scale": "large"
}
},
{
"id": "GB-FTS-146437",
"name": "AECOM Limited",
"identifier": {
"legalName": "AECOM Limited"
},
"address": {
"streetAddress": "Aldgate Tower, 2 Leman Street",
"locality": "LONDON",
"region": "UK",
"postalCode": "E1 8FA",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "heather.scott@aecom.com"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"scale": "large"
}
},
{
"id": "GB-FTS-146438",
"name": "AMEY OWR LIMITED",
"identifier": {
"legalName": "AMEY OWR LIMITED"
},
"address": {
"streetAddress": "Chancery Exchange, 10 Furnival Street",
"locality": "London",
"region": "UK",
"postalCode": "EC4A 1AB",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "rebecca.parker@amey.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"scale": "large"
}
},
{
"id": "GB-FTS-146439",
"name": "MOTT MACDONALD LTD",
"identifier": {
"legalName": "MOTT MACDONALD LTD"
},
"address": {
"streetAddress": "10 Fleet Place",
"locality": "London",
"region": "UK",
"postalCode": "EC4M 7RB",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "helen.oconnor@mottmac.com"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"scale": "large"
}
},
{
"id": "GB-FTS-1799",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"locality": "Belfast",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-125",
"name": "Translink"
},
"language": "en",
"description": "The Framework structure consists of an Active List and a Reserve List. The Active List consists of 4 Suppliers, and the Reserve List of 2 Suppliers. The estimated value for the Framework is forty million pounds (PS40,000,000). The value of the Framework may be in excess of sixty million pounds (PS60,000,000) in the event of proposed enhancement schemes progressing, but these are subject to both business case development and funding. There is no guarantee of this work value, and all work is subject to funding availability.",
"awards": [
{
"id": "018720-2025-1-1",
"relatedLots": [
"1"
],
"title": "Contract",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-146436",
"name": "WSP UK Ltd"
},
{
"id": "GB-FTS-116598",
"name": "Ove Arup and Partners Ltd"
},
{
"id": "GB-FTS-33491",
"name": "ATKINS LTD"
},
{
"id": "GB-FTS-146437",
"name": "AECOM Limited"
},
{
"id": "GB-FTS-146438",
"name": "AMEY OWR LIMITED"
},
{
"id": "GB-FTS-146439",
"name": "MOTT MACDONALD LTD"
}
]
}
],
"contracts": [
{
"id": "018720-2025-1-1",
"awardID": "018720-2025-1-1",
"title": "Contract",
"status": "active",
"value": {
"amount": 1,
"currency": "GBP"
},
"dateSigned": "2025-04-01T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "6",
"measure": "bids",
"relatedLot": "1",
"value": 8
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 6
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "1",
"value": 8
}
]
}
}