Tender

FW125 Change Management, System Safety, Interoperability, and Associated Services

TRANSLINK

This public procurement record has 1 release in its history.

Tender

18 Jun 2025 at 08:44

Summary of the contracting process

The procurement process initiated by Translink, a public undertaking operating under Northern Irish devolved regulations, is in the tender stage for "FW125 Change Management, System Safety, Interoperability, and Associated Services." This contract falls under the services industry category and targets safety consultancy and project management consultancy services. It is located in Belfast, United Kingdom, with an anticipated commencement date in the second quarter of 2026. Key dates include an expression of interest deadline on 18 July 2025 and an enquiry period ending 11 July 2025. The procurement is conducted through a competitive flexible procedure, employing a 2-stage procurement exercise including a qualification stage.

This tender offers substantial opportunities for businesses specialising in change management, system safety, and interoperability. With a total value of £7.2 million, it seeks to appoint seven suppliers to each of the two framework lots, creating potential for growth and expansion within Northern Ireland's capital and maintenance works for transport services. Companies with expertise in consultancy services for safety or project management, alongside technical and financial capacity, will find this venture well-suited to their strengths. The framework aims for a maximum duration of eight years, allowing for long-term engagement and sustained business growth.

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

FW125 Change Management, System Safety, Interoperability, and Associated Services

Notice Description

Translink is a trading name used by any one or more of the companies under the ultimate ownership of the Northern Ireland Transport Holding Company (NITHC) as parent company which owns Citybus Limited (which also trades as 'Metro'), Flexibus Limited, Ulsterbus Limited, Translink (NI) Limited, NIR Networks Limited, Northern Ireland Railways Company Limited and NIR Operations Limited The aim of this procurement exercise is to establish a Framework for the provision of Change Management, System Safety, Interoperability and Associated Services to support the delivery of Translink's programme of capital and maintenance works. wish to appoint 7 Suppliers onto each of the below 2 Framework Lots. * Lot 1: Change Management, CSM and Authorisations (5 Active and 2 Reserve Suppliers) * Lot 2: Change Management, CSM and Associated Services (5 Active and 2 Reserve Suppliers) The duration of this Framework will be a maximum of 8 years in total - a 4-year initial term with the option to extend by a further 48 months. No individual extension will be granted for a period longer than 24 months and any extension will be at the discretion of the Client. Any values provided for lots are indicative ONLY and are subject to change throughout the framework term. The anticipated commencement will be Quarter 2 2026. 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

Change Management, System Safety and Interoperability Authorisation

Change Management, System Safety and Interoperability Authorisation Delivering Change Management and Compliance with Safety and / or Interoperability Regulations

Renewal: 48 month initial term with options to extend up to 48 months.

Change Management, System Safety and Associated Services

Change Management, System Safety and Associated Services Delivering Change Management, Consultancy Support and Associated Services.

Renewal: 48 month initial term with options to extend up to 48 months.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-054ebf
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/033143-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

72224000 - Project management consultancy services

79417000 - Safety consultancy services

Notice Value(s)

Tender Value
£7,200,000 £1M-£10M
Lots Value
£7,200,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Jun 20258 months ago
Submission Deadline
11 Jul 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 May 2026 - 31 May 2030 4-5 years
Recurrence
2029-06-01

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
TRANSLINK
Contact Name
Not specified
Contact Email
katherine.bleakley@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
Not specified

Local Authority
Belfast
Electoral Ward
Central
Westminster Constituency
Belfast South and Mid Down

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-054ebf-2025-06-18T09:44:25+01:00",
    "date": "2025-06-18T09:44:25+01:00",
    "ocid": "ocds-h6vhtk-054ebf",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PTMT-7134-NRMV",
            "name": "Translink",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PTMT-7134-NRMV"
            },
            "address": {
                "streetAddress": "22 Great Victoria Street",
                "locality": "Belfast",
                "postalCode": "BT2 7LX",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN06"
            },
            "contactPoint": {
                "email": "katherine.bleakley@translink.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicUndertaking",
                        "description": "Public undertaking"
                    },
                    {
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "id": "GB-NIR",
                        "description": "Northern Irish devolved regulations apply"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PTMT-7134-NRMV",
        "name": "Translink"
    },
    "planning": {
        "noEngagementNoticeRationale": "PME was conducted in February 2025 under Utility Regulations 2016. As conducted before Procurement Act was live, there was no requirement to publish a PME notice."
    },
    "tender": {
        "id": "ocds-h6vhtk-054ebf",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "FW125 Change Management, System Safety, Interoperability, and Associated Services",
        "description": "Translink is a trading name used by any one or more of the companies under the ultimate ownership of the Northern Ireland Transport Holding Company (NITHC) as parent company which owns Citybus Limited (which also trades as 'Metro'), Flexibus Limited, Ulsterbus Limited, Translink (NI) Limited, NIR Networks Limited, Northern Ireland Railways Company Limited and NIR Operations Limited The aim of this procurement exercise is to establish a Framework for the provision of Change Management, System Safety, Interoperability and Associated Services to support the delivery of Translink's programme of capital and maintenance works. wish to appoint 7 Suppliers onto each of the below 2 Framework Lots. * Lot 1: Change Management, CSM and Authorisations (5 Active and 2 Reserve Suppliers) * Lot 2: Change Management, CSM and Associated Services (5 Active and 2 Reserve Suppliers) The duration of this Framework will be a maximum of 8 years in total - a 4-year initial term with the option to extend by a further 48 months. No individual extension will be granted for a period longer than 24 months and any extension will be at the discretion of the Client. Any values provided for lots are indicative ONLY and are subject to change throughout the framework term. The anticipated commencement will be Quarter 2 2026. 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.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79417000",
                        "description": "Safety consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79417000",
                        "description": "Safety consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amountGross": 7200000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "2 Stage Procurement exercise - Call for competition with qualification stage"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "method": "withAndWithoutReopeningCompetition",
                "type": "closed",
                "description": "The aim of this procurement exercise is to establish a Framework for the provision of Change Management, System Safety, Interoperability and Associated Services to support the delivery of Translink's programme of capital and maintenance works. wish to appoint 7 Suppliers onto each of the below 2 Framework Lots. * Lot 1: Change Management, CSM and Authorisations (5 Active and 2 Reserve Suppliers) * Lot 2: Change Management, CSM and Associated Services (5 Active and 2 Reserve Suppliers) The duration of this Framework will be a maximum of 8 years in total - a 4-year initial term with the option to extend by a further 48 months. No individual extension will be granted for a period longer than 24 months and any extension will be at the discretion of the Client. The anticipated commencement will be Quarter 2 2026. For further information please see the Framework Information document."
            }
        },
        "submissionMethodDetails": "https://www.etendersni.org.uk",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-07-18T15:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-07-11T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-05-01T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "title": "Change Management, System Safety and Interoperability Authorisation",
                "description": "Change Management, System Safety and Interoperability Authorisation Delivering Change Management and Compliance with Safety and / or Interoperability Regulations",
                "status": "active",
                "value": {
                    "amountGross": 4800000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Cost/Quality",
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "40%"
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "60% including social value"
                        },
                        {
                            "type": "price",
                            "name": "Price"
                        },
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Including Social Value"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "Refer to etendersni portal"
                        },
                        {
                            "description": "Technical and Financial Capacity",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-06-01T00:00:00+01:00",
                    "endDate": "2030-05-31T23:59:59+01:00",
                    "maxExtentDate": "2034-05-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "48 month initial term with options to extend up to 48 months."
                }
            },
            {
                "id": "2",
                "title": "Change Management, System Safety and Associated Services",
                "description": "Change Management, System Safety and Associated Services Delivering Change Management, Consultancy Support and Associated Services.",
                "status": "active",
                "value": {
                    "amountGross": 2400000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Cost/Quality",
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "40%"
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "60% including social value"
                        },
                        {
                            "type": "price",
                            "name": "Price"
                        },
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Including Social Value"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "Refer to etendersni portal"
                        },
                        {
                            "description": "Technical and Financial Capacity",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-06-01T00:00:00+01:00",
                    "endDate": "2030-05-31T23:59:59+01:00",
                    "maxExtentDate": "2034-05-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "48 month initial term with options to extend up to 48 months."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "033143-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/033143-2025",
                "datePublished": "2025-06-18T09:44:25+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2029-06-01T23:59:59+01:00"
                }
            ]
        }
    },
    "language": "en"
}