
Market Leads & Opportunities
United Kingdom-Belfast: Framework 092 Railway Approved Equipment and Services Supply
Type of document: Contract award
Country: United Kingdom
Publication Ref: (2024/S 000-018662/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Not applicable
Contract award notice
Supplies
Section I: Contracting entity
I.1) Name and addresses
Official name: Ulsterbus
Postal address: Procurement Department
Town: Belfast
Postal code: BT2 7LX
Country: United Kingdom
Contact Person: Linda Brown
Email: linda.brown@translink.co.uk
Internet address(es):
Main address:
Address of the buyer profile:
I.3)Communication
I.6) Main activity:
Urban railway, tramway, trolleybus and bus services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Framework 092 Railway Approved Equipment and Services Supply
II.1.2) Main CPV code: 34940000
II.1.3) Type of contract : Supplies
II.1.4) Short Description:
Translink” is establishing a Supplier Framework for the supply of Railway Approved equipment and services to support the delivery of Translink’s programme of capital and maintenance works. The Client’s Infrastructure and Projects Division is responsible for maintenance and capital works to all Railway infrastructure for Northern Ireland Railways Company. The Framework Contract covers the supply and delivery of Railway approved equipment covering Signalling, Telecoms, P-way, Electrical and Plant disciplines. This equipment is specified in industry approved designs produced for Translink during the delivery of its programme of capital works. The Translink stores department maintains a stock level of equipment spares and parts in support of capital projects works and the day to day maintenance of the railway infrastructure. As part of the support the repair, refurbishment and replacement of warranty and non-warranty products supplied under this agreement is required. The Suppliers must be capable of undertaking all elements of the Framework Scope. The Framework will consist of an Active and a Reserve List. The Active List will consist of 1 Supplier, and a Reserve List of 1 Supplier. 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 12 months and any extension will be at the discretion of the Client. 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.
II.1.6) Information about lots
The contract is divided into lots: no
Lowest offer: 0.01/ Highest offer: 0.01 taken into consideration
Currency: GBP
II.2) Description
II.2.2)Additional CPV code(s)
Main CPV code: 34940000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Translink” is establishing a Supplier Framework for the supply of Railway Approved equipment and services to support the delivery of Translink’s programme of capital and maintenance works. The Client’s Infrastructure and Projects Division is responsible for maintenance and capital works to all Railway infrastructure for Northern Ireland Railways Company. The Framework Contract covers the supply and delivery of Railway approved equipment covering Signalling, Telecoms, P-way, Electrical and Plant disciplines. This equipment is specified in industry approved designs produced for Translink during the delivery of its programme of capital works. The Translink stores department maintains a stock level of equipment spares and parts in support of capital projects works and the day to day maintenance of the railway infrastructure. As part of the support the repair, refurbishment and replacement of warranty and non-warranty products supplied under this agreement is required. The Suppliers must be capable of undertaking all elements of the Framework Scope. The Framework will consist of an Active and a Reserve List. The Active List will consist of 1 Supplier, and a Reserve List of 1 Supplier. 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 12 months and any extension will be at the discretion of the Client. 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.
II.2.5)Award criteria
Quality criterion – Name: cost/Weighting:70
Cost criterion – Name: technical/Weighting:30
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement:no
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2024/S 000-002517
Section V: Award of contract
Contract No: 1 Title: Contract
A contract/lot is awarded: yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2024-06-17
V.2.2) Information about tenders
Number of tenders received:1
Number of tenders received from SMEs:1
Number of tenders received from other EU Member States:1
Number of tenders received from non-EU Member States:0
Number of tenders received by electronic means:1
The contract has been awarded to a group of economic operators:no
V.2.3) Name and address of the contractor
Official name: RIVVAL LTD
Postal address: Oakdale
Town: Carrickmacross
Postal code: None
Country: Ireland
Email: michael.murphy@rivval.com
Nuts code:
Internet address:
The contractor is an SME: yes
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Official name: Translink
Postal address: Great Victoria Street
Town: Belfast
Postal code: BT2 7BA
Country: United Kingdom
E-mail: linda.brown@translink.co.uk
VI.5) Date of dispatch of this notice:2024-06-17
More Opportunties
- United Kingdom-Alfreton: EEM0072 Supply and Distribution of Materials Framework
2 May 25
Efficiency East Midlands Ltd (EEM) is a procurement consortium which establishes and manages a range of frameworks and DPS agreements. https://eem.org.uk/ EEM conducted this tender exercise to procure a Materials Framework to replace our existing Material> > - United Kingdom-Newcastle upon Tyne: Microsoft Enterprise Agreement and Related Services
2 May 25
Supply of Microsoft Enterprise Agreement and Related Services. Planned sourcing route: Call-off from a framework agreement> > - United Kingdom-Newcastle upon Tyne: IT Peripherals and Assistive Technology
2 May 25
Supply of IT Peripherals and Assistive Technology (AT). Planned sourcing route: Call-off from a framework agreement> >