Award

FW110 Rail Systems Professional Services Framework

TRANSLINK

This public procurement record has 3 releases in its history.

Award

02 May 2025 at 10:56

Tender

19 Dec 2022 at 15:39

Tender

01 Nov 2022 at 12:40

Summary of the contracting process

The public procurement contracting process outlined pertains to the establishment of the FW110 Rail Systems Professional Services Framework by Translink, a prominent buyer organisation in the United Kingdom. Located in Belfast, Translink specialises in urban railway services and has initiated a framework agreement to deliver rail systems professional services supporting its capital and maintenance works programme. This tender has progressed through various stages, concluding with an award stage on 2nd May 2025 for consultancy services under CPV classification 72224000. The procurement method involved a selective, negotiated procedure which included prior competition calls, emphasising high-value services in project management consultancy. The estimated value of contracts ranges from £40,000,000 to £60,000,000, depending on funding and business case development for potential enhancements. The procurement process, commenced as early as 1st November 2022 with pre-market engagement, has seen active participation from prominent suppliers, culminating in the signing of contracts in April 2025.

This framework provides substantial opportunities for business growth, particularly for companies specialising in project management and rail systems consultancy. The framework encompasses various work packages, including scoping, cost management, initial design, and feasibility studies, alongside strategic network strategy work, which could benefit companies with expertise in these areas. Suitable contenders are businesses with a proven track record in delivering complex multidisciplinary rail infrastructure projects. The awarded contracts to companies like WSP UK Ltd, Ove Arup and Partners Ltd, and ATKINS LTD underline the demanding requirements and potential for large-scale project engagement. Furthermore, the growth opportunity is emphasised by the framework's ability to support potential major network enhancements through strategic planning, stakeholder engagement, and change management services, paving the way for technologically innovative approaches to railway infrastructure services. The framework's recurrent nature, providing up to 48 months of service continuity, further enhances the opportunity for sustainable business 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

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.

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

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

Supplier Information

Number of Suppliers
6
Supplier Names

AECOM

AMEY OWR

ATKINS

MOTT MACDONALD

OVE ARUP AND PARTNERS

WSP

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-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
            }
        ]
    }
}