Notice Information
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.
Notice Details
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
Buyer & Supplier
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
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-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
}
]
}
}