Notice Information
Notice Title
FW122 Permanent Way Major Projects 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.
Renewal: Initial 60 month contract plus a further 36 month extension options
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0495d1
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/031118-2026
- 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
- Large
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
- £150,000,000 £100M-£1B
- Lots Value
- £150,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £1
Notice Dates
- Publication Date
- 2 Apr 20263 weeks ago
- Submission Deadline
- 30 Sep 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 21 Dec 20254 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Potentially after an initial 60 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
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- BELFAST
- Postcode
- 55STATIONR OAD
- 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-0495d1-2026-04-02T16:26:35+01:00",
"date": "2026-04-02T16:26:35+01:00",
"ocid": "ocds-h6vhtk-0495d1",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-0495d1",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "FW122 Permanent Way Major Projects Framework",
"status": "complete",
"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": 150000000,
"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": 150000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "Initial 60 month contract plus a further 36 month extension options"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "40"
},
{
"name": "Cost",
"type": "cost",
"description": "60"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
}
],
"deliveryAddresses": [
{
"region": "UKN0"
},
{
"region": "UKN0"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"written"
],
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 5
}
},
"tenderPeriod": {
"endDate": "2024-09-30T15:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2025-03-29T23:59:59Z"
}
},
"hasRecurrence": true,
"recurrence": {
"description": "Potentially after an initial 60 months"
}
},
"parties": [
{
"id": "GB-FTS-122818",
"name": "Translink",
"identifier": {
"legalName": "Translink"
},
"address": {
"locality": "Belfast",
"region": "UK",
"postalCode": "55 Station Road",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "paul mccollough",
"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": [
{
"id": "URBAN_RAILWAY_TRAMWAY_TROLLEYBUS_BUS_SERVICES",
"scheme": "TED_CE_ACTIVITY",
"description": "Urban railway, tramway, trolleybus or bus services"
}
]
}
},
{
"id": "GB-FTS-55329",
"name": "Ulsterbus Ltd",
"identifier": {
"legalName": "Ulsterbus Ltd"
},
"address": {
"locality": "Belfast",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"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 Mccollough",
"email": "paul.mccollough@translink.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"buyerProfile": "https://etendersni.gov.uk/epps",
"classifications": [
{
"id": "URBAN_RAILWAY_TRAMWAY_TROLLEYBUS_BUS_SERVICES",
"scheme": "TED_CE_ACTIVITY",
"description": "Urban railway, tramway, trolleybus or bus services"
}
]
}
},
{
"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": {
"email": "civils.procurement@mclh.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"scale": "large"
}
},
{
"id": "GB-FTS-179421",
"name": "BABCOCK RAIL LIMITED",
"identifier": {
"legalName": "BABCOCK RAIL LIMITED"
},
"address": {
"streetAddress": "Stephenson House, 8 Stephenson Place, Hamilton Intnl Technology Park, Blantyre",
"locality": "GLASGOW",
"region": "UK",
"postalCode": "G72 0LH",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "bidding@babcockinternational.com"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"scale": "large"
}
},
{
"id": "GB-FTS-179422",
"name": "Amey Rail Limited",
"identifier": {
"legalName": "Amey Rail Limited"
},
"address": {
"streetAddress": "Chancery Exchange, 10 Furnival Street, London, EC4A 1AB",
"locality": "London",
"region": "UK",
"postalCode": "EC4A 1AB",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "tenders@amey.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": {
"email": "omcnally@fpmccann.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-125",
"name": "Translink"
},
"language": "en",
"awards": [
{
"id": "031118-2026-1-1",
"relatedLots": [
"1"
],
"title": "Contract",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-10536",
"name": "McLaughlin and Harvey Limited"
},
{
"id": "GB-FTS-179421",
"name": "BABCOCK RAIL LIMITED"
},
{
"id": "GB-FTS-179422",
"name": "Amey Rail Limited"
},
{
"id": "GB-FTS-4373",
"name": "FP McCann"
}
]
}
],
"contracts": [
{
"id": "031118-2026-1-1",
"awardID": "031118-2026-1-1",
"title": "Contract",
"status": "active",
"value": {
"amount": 1,
"currency": "GBP"
},
"dateSigned": "2025-12-21T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 6
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 6
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 0
}
]
}
}