Award

FW096 Permanent Way Works Delivery Framework

TRANSLINK

This public procurement record has 2 releases in its history.

Award

18 Sep 2024 at 10:32

Tender

09 Mar 2023 at 14:03

Summary of the contracting process

The procurement process for the FW096 Permanent Way Works Delivery Framework, managed by Translink, involves various types of railway construction works, with a focus on planned and reactive maintenance, refurbishment, site clearance, and vegetation management. This selective procurement, adopting the restricted procedure, covers the Belfast area and involves a Framework Agreement under the GPA. The procurement process has reached the award stage as of 18th September 2024, with contracts signed on 17th September 2024. The estimated total value is anticipated to be up to £120 million, subject to business case development and funding. Suppliers were required to submit their responses via the eTendersNI portal, with no other methods accepted.

This tender represents significant opportunities for businesses involved in railway construction and related services, particularly those capable of delivering complex maintenance and safety-critical work. SMEs and large corporations alike can benefit from long-term contracts under the NEC4 framework, contributing to projects ranging from minor designs to significant vegetation management and restructuring works. Companies specialising in technical consultancy, material supply, plant operation, and embedded staffing are particularly well-suited to compete, promising substantial business growth potential.

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

FW096 Permanent Way Works Delivery Framework

Notice Description

This Framework is being established to deliver the following types of work, and Suppliers must be capable of undertaking all elements of the Framework Scope. The majority of Work Packages are anticipated to be instructed using Task Orders and Service Orders under the Framework's associated Term Service Contract (TSC). Further details are set out within the Scope for that contract, but are expected to include the following: * Planned and reactive maintenance, refurbishment and minor renewals activity to Permanent Way * Supply and supervision of safety-critical labour, plant and safe systems of work * Site clearance * Vegetation management * Intrusive and non-intrusive surveys and inspections * Installation, repairs, or maintenance to fencing or signage * Supply of materials or equipment * Supply, operation, and maintenance of plant including on-track plant * Resurfacing works to roads and level crossings The Supplier may be required to undertake other construction activity utilising the NEC4 Engineering and Construction Contract (ECC) or NEC4 Engineering and Construction Short Contract (ECSC). These are anticipated to be utilised for the following: * Minor / low-complexity standalone projects that are Permanent-Way led * Significant vegetation management, clearance, survey or fencing work that warrants use of these contract types The Supplier may be required to undertake professional services using the NEC4 Professional Services Short Contract (PSSC), including (but not limited to) the following: * Minor design activity in relation to Permanent Way * Provision of embedded staff within the Client's organisation on a fixed-term basis * Technical advice / early contractor involvement * Surveys or studies The Supplier may be required to supply plant, equipment or materials utilising the NEC4 Supply Short Contract (SSC). 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

This Framework is being established to deliver the following types of work, and Suppliers must be capable of undertaking all elements of the Framework Scope. The majority of Work Packages are anticipated to be instructed using Task Orders and Service Orders under the Framework's associated Term Service Contract (TSC). Further details are set out within the Scope for that contract, but are expected to include the following: * Planned and reactive maintenance, refurbishment and minor renewals activity to Permanent Way * Supply and supervision of safety-critical labour, plant and safe systems of work * Site clearance * Vegetation management * Intrusive and non-intrusive surveys and inspections * Installation, repairs, or maintenance to fencing or signage * Supply of materials or equipment * Supply, operation, and maintenance of plant including on-track plant * Resurfacing works to roads and level crossings The Supplier may be required to undertake other construction activity utilising the NEC4 Engineering and Construction Contract (ECC) or NEC4 Engineering and Construction Short Contract (ECSC). These are anticipated to be utilised for the following: * Minor / low-complexity standalone projects that are Permanent-Way led * Significant vegetation management, clearance, survey or fencing work that warrants use of these contract types The Supplier may be required to undertake professional services using the NEC4 Professional Services Short Contract (PSSC), including (but not limited to) the following: * Minor design activity in relation to Permanent Way * Provision of embedded staff within the Client's organisation on a fixed-term basis * Technical advice / early contractor involvement * Surveys or studies The Supplier may be required to supply plant, equipment or materials utilising the NEC4 Supply Short Contract (SSC). 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 anticipated to be sixty million pounds (PS60,000,000). The value of the Framework may be increased to PS120 million pounds (PS120,000,000) in the event of proposed enhancement schemes progressing, but these are subject to both business case development and funding.

Options: Option to extend the Framework for a further 36 months following the 3-year initial term.

Renewal: Initial contract period 36 months, with the option to extend for a further 36 month period.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03b0f6
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/029802-2024
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
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45234100 - Railway construction works

Notice Value(s)

Tender Value
Not specified
Lots Value
£60,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£1

Notice Dates

Publication Date
18 Sep 20241 years ago
Submission Deadline
17 Apr 2023Expired
Future Notice Date
Not specified
Award Date
16 Sep 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
No earlier than end of year 2 of the extension period.

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
TRANSLINK
Contact Name
Chris Clarke
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

Supplier Information

Number of Suppliers
5
Supplier Names

ADMAN CIVIL PROJECTS

BABCOCK RAIL

FP MCCANN

JOHN GRAHAM CONSTRUCTION LIMITED REGISTERED NAME GRAHAM TRADING NAME

MCLAUGHLIN AND HARVEY

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-03b0f6-2024-09-18T11:32:26+01:00",
    "date": "2024-09-18T11:32:26+01:00",
    "ocid": "ocds-h6vhtk-03b0f6",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03b0f6",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "FW096 Permanent Way Works Delivery Framework",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45234100",
            "description": "Railway construction works"
        },
        "mainProcurementCategory": "works",
        "description": "This Framework is being established to deliver the following types of work, and Suppliers must be capable of undertaking all elements of the Framework Scope. The majority of Work Packages are anticipated to be instructed using Task Orders and Service Orders under the Framework's associated Term Service Contract (TSC). Further details are set out within the Scope for that contract, but are expected to include the following: * Planned and reactive maintenance, refurbishment and minor renewals activity to Permanent Way * Supply and supervision of safety-critical labour, plant and safe systems of work * Site clearance * Vegetation management * Intrusive and non-intrusive surveys and inspections * Installation, repairs, or maintenance to fencing or signage * Supply of materials or equipment * Supply, operation, and maintenance of plant including on-track plant * Resurfacing works to roads and level crossings The Supplier may be required to undertake other construction activity utilising the NEC4 Engineering and Construction Contract (ECC) or NEC4 Engineering and Construction Short Contract (ECSC). These are anticipated to be utilised for the following: * Minor / low-complexity standalone projects that are Permanent-Way led * Significant vegetation management, clearance, survey or fencing work that warrants use of these contract types The Supplier may be required to undertake professional services using the NEC4 Professional Services Short Contract (PSSC), including (but not limited to) the following: * Minor design activity in relation to Permanent Way * Provision of embedded staff within the Client's organisation on a fixed-term basis * Technical advice / early contractor involvement * Surveys or studies The Supplier may be required to supply plant, equipment or materials utilising the NEC4 Supply Short Contract (SSC). 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.",
        "lots": [
            {
                "id": "1",
                "description": "This Framework is being established to deliver the following types of work, and Suppliers must be capable of undertaking all elements of the Framework Scope. The majority of Work Packages are anticipated to be instructed using Task Orders and Service Orders under the Framework's associated Term Service Contract (TSC). Further details are set out within the Scope for that contract, but are expected to include the following: * Planned and reactive maintenance, refurbishment and minor renewals activity to Permanent Way * Supply and supervision of safety-critical labour, plant and safe systems of work * Site clearance * Vegetation management * Intrusive and non-intrusive surveys and inspections * Installation, repairs, or maintenance to fencing or signage * Supply of materials or equipment * Supply, operation, and maintenance of plant including on-track plant * Resurfacing works to roads and level crossings The Supplier may be required to undertake other construction activity utilising the NEC4 Engineering and Construction Contract (ECC) or NEC4 Engineering and Construction Short Contract (ECSC). These are anticipated to be utilised for the following: * Minor / low-complexity standalone projects that are Permanent-Way led * Significant vegetation management, clearance, survey or fencing work that warrants use of these contract types The Supplier may be required to undertake professional services using the NEC4 Professional Services Short Contract (PSSC), including (but not limited to) the following: * Minor design activity in relation to Permanent Way * Provision of embedded staff within the Client's organisation on a fixed-term basis * Technical advice / early contractor involvement * Surveys or studies The Supplier may be required to supply plant, equipment or materials utilising the NEC4 Supply Short Contract (SSC). 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 anticipated to be sixty million pounds (PS60,000,000). The value of the Framework may be increased to PS120 million pounds (PS120,000,000) in the event of proposed enhancement schemes progressing, but these are subject to both business case development and funding.",
                "value": {
                    "amount": 60000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Initial contract period 36 months, with the option to extend for a further 36 month period."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "status": "cancelled",
                "options": {
                    "description": "Option to extend the Framework for a further 36 months following the 3-year initial term."
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45234100",
                        "description": "Railway construction works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN0"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 3
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-04-17T15:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2023-05-25T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2023-10-14T23:59:59+01:00"
            }
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "No earlier than end of year 2 of the extension period."
        }
    },
    "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": "Chris Clarke",
                "email": "chris.clarke@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-53987",
            "name": "Ulsterbus",
            "identifier": {
                "legalName": "Ulsterbus"
            },
            "address": {
                "locality": "Belfast",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-124554",
            "name": "ADMAN CIVIL PROJECTS LIMITED",
            "identifier": {
                "legalName": "ADMAN CIVIL PROJECTS LIMITED"
            },
            "address": {
                "locality": "OMAGH",
                "region": "UK",
                "postalCode": "BT79 0NZ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "john.webster@adman-ltd.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-10536",
            "name": "McLaughlin and Harvey Limited",
            "identifier": {
                "legalName": "McLaughlin and Harvey Limited"
            },
            "address": {
                "streetAddress": "15 Trench Road",
                "locality": "NEWTOWNABBEY",
                "region": "UK",
                "postalCode": "BT36 4TY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2890342777",
                "email": "procurement@mclh.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-116061",
            "name": "JOHN GRAHAM CONSTRUCTION LIMITED Registered name GRAHAM Trading name",
            "identifier": {
                "legalName": "JOHN GRAHAM CONSTRUCTION LIMITED Registered name GRAHAM Trading name"
            },
            "address": {
                "streetAddress": "5 BALLYGOWAN ROAD",
                "locality": "HILLSBOROUGH",
                "region": "UK",
                "postalCode": "BT26 6HX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2892689500",
                "email": "info@graham.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-4373",
            "name": "FP McCann",
            "identifier": {
                "legalName": "FP McCann"
            },
            "address": {
                "streetAddress": "Knockloughrim Quarry, 3 Drumard Road",
                "locality": "MAGHERAFELT",
                "region": "UK",
                "postalCode": "BT45 8QA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2879642558",
                "email": "omcnally@fpmccann.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-111029",
            "name": "BABCOCK RAIL LIMITED",
            "identifier": {
                "legalName": "BABCOCK RAIL LIMITED"
            },
            "address": {
                "streetAddress": "Kintail House, 3 Lister Way, Hamilton Intnl Technology Park, Bla",
                "locality": "GLASGOW",
                "region": "UK",
                "postalCode": "G72 0FT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+01 698203005",
                "email": "bidding@babcockinternational.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-55329",
            "name": "Ulsterbus Ltd",
            "identifier": {
                "legalName": "Ulsterbus Ltd"
            },
            "address": {
                "locality": "Belfast",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-125",
        "name": "Translink"
    },
    "language": "en",
    "awards": [
        {
            "id": "029802-2024-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Contract",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-124554",
                    "name": "ADMAN CIVIL PROJECTS LIMITED"
                },
                {
                    "id": "GB-FTS-10536",
                    "name": "McLaughlin and Harvey Limited"
                },
                {
                    "id": "GB-FTS-116061",
                    "name": "JOHN GRAHAM CONSTRUCTION LIMITED Registered name GRAHAM Trading name"
                },
                {
                    "id": "GB-FTS-4373",
                    "name": "FP McCann"
                },
                {
                    "id": "GB-FTS-111029",
                    "name": "BABCOCK RAIL LIMITED"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "029802-2024-1-1",
            "awardID": "029802-2024-1-1",
            "title": "Contract",
            "status": "active",
            "value": {
                "amount": 1,
                "currency": "GBP"
            },
            "dateSigned": "2024-09-17T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 6
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 6
            }
        ]
    }
}