{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-034fd3-2022-07-08T11:19:42+01:00",
    "date": "2022-07-08T11:19:42+01:00",
    "ocid": "ocds-h6vhtk-034fd3",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-034fd3",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "FW098 Signalling and Telecoms Contractor Framework",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "45234115",
            "description": "Railway signalling works"
        },
        "mainProcurementCategory": "works",
        "description": "Translink is responsible for both maintenance and capital works to infrastructure on the Northern Ireland Railways (NIR) network. Translink wish to establish a long-term Signalling and Telecoms (S and T) Contractor framework and would like to invite expressions of interest from suppliers with a proven record in the delivery of significant rail infrastructure projects. The Translink project team has set aside some time to engage with suitably qualified economic operators. If this is of interest please contact linda.brown@translink.co.uk",
        "value": {
            "amount": 150000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Translink is responsible for both maintenance and capital works to infrastructure on the Northern Ireland Railways (NIR) network. Translink wish to establish a long-term Signalling and Telecoms (S and T) Contractor framework and would like to invite expressions of interest from suppliers with a proven record in the delivery of significant rail infrastructure projects. Key Framework Details The anticipated duration of the framework is 5-8 years, and the anticipated value of the framework is in excess of PS150 million. The NEC4 suite of contracts will be utilised. It is the intention that multiple suppliers will be appointed to the Framework, with work allocated either directly to framework suppliers or via secondary competition within the framework . Scope The scope for the Framework will be the delivery of S and T projects across a wide range of work types, including the following: * Enhancement projects related to S and T * Resignalling * Renewal / upgrade of level crossings * Projects related to the Northern Ireland Route Operating Centre (NIROC ) * Minor S and T projects * Procurement of materials and equipment Suppliers will also be required to have the capability to undertake S and T design and deliver ancillary civils works as part of S and T projects. Work will be delivered on a design-and-build or build-only approach, and suppliers will also be required to undertake early contractor involvement (ECI). Key Features / Requirements * Suppliers will be required to maintain an excellent standard of health, safety and environmental performance through proactive leadership and assurance * Suppliers will be required to deliver value for money, including a Framework requirement to demonstrate both benchmarking and efficiencies over the life of the Framework * Delivery of construction work in blockades over the Christmas period and other bank holidays are anticipated * Suppliers will be required to deliver against social value targets to deliver a positive lasting legacy for the rail industry in Northern Ireland. This will be assessed at tender stage. * Suppliers will be required to utilise the Rail Method of Measurement (RMM) when producing cost estimates and tender submissions * Suppliers will be expected to undertake a range of framework-management activities including regular reporting, forecasting of spend and resource requirements and attendance at framework-level meetings * Supplier performance will be monitored using contract performance measures (CPMs) at both project and framework-level, with a range of performance mechanisms utilised to incentivise positive performance",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2022-08-15T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-08-15T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        }
    },
    "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": {
                "email": "linda.brown@translink.co.uk"
            },
            "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"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-125",
        "name": "Translink"
    },
    "language": "en"
}