Translink Management and Technical Support Services Framework
Translink wishes to establish a Framework Arrangement with suitably qualified and experienced organisations to provide a managed professional service.
United Kingdom-Belfast: Business and management consultancy and related services
2018/S 225-515769
Contract notice – utilities
Services
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
Procurement Department
Belfast
BT2 7LX
United Kingdom
Contact person: etnitranslink.co.uk
E-mail: etni@translink.co.uk
NUTS code: UK
Address of the buyer profile: https://etendersni.gov.uk/epps
I.3)Communication
I.6)Main activity
Section II: Object
II.1.1)Title:
001/0616/18 Management and Technical Support Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The following is provided in good faith and is intended only as a preliminary background explanation to Translink’s requirement, it does not purport to be all inclusive. In order to support our values and objectives and to assist with the development and delivery of major programmes and initiatives across the Group, Translink wishes to establish a Framework Arrangement with suitably qualified and experienced organisations to provide a managed professional service. These services will include management and technical support across a wide range of activities that have been categorised into seven lots. The anticipated start date is February-March 2019, however dates may be subject to change. Translink reserve the right to accept part of any Tender from one or any number of Tenderers and may change the contracting strategy at any time.
II.1.6)Information about lots
II.2.1)Title:
Business Change and Portfolio, Programme, Project Management
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The following is provided in good faith and is intended only as a preliminary background explanation to Translink’s requirement, it does not purport to be all inclusive. In order to support our values and objectives and to assist with the development and delivery of major programmes and initiatives across the Group, Translink wishes to establish a Framework Arrangement with suitably qualified and experienced organisations to provide a managed professional service. These services will include management and technical support across a wide range of activities that have been categorised into seven lots. The anticipated start date is February-March 2019, however dates may be subject to change. Translink reserve the right to accept part of any Tender from one or any number of Tenderers and may change the contracting strategy at any time.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There are 2 extension options. The first option is for a further period of 3 years and the second option is for a further period of 2 years.
II.2.10)Information about variants
II.2.11)Information about options
There are 2 extension options. The first for a further period of 3 years and the second for a further period of 2 years.
II.2.13)Information about European Union funds
II.2.1)Title:
Asset Management
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The following is provided in good faith and is intended only as a preliminary background explanation to Translink’s requirement, it does not purport to be all inclusive. In order to support our values and objectives and to assist with the development and delivery of major programmes and initiatives across the Group, Translink wishes to establish a Framework Arrangement with suitably qualified and experienced organisations to provide a managed professional service. These services will include management and technical support across a wide range of activities that have been categorised into seven lots. The anticipated start date is February-March 2019, however dates may be subject to change. Translink reserve the right to accept part of any Tender from one or any number of Tenderers and may change the contracting strategy at any time.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There are 2 separate extension options, the first for a further period of 3 years and the second option for a further period of 2 years.
II.2.10)Information about variants
II.2.11)Information about options
There are 2 separate extension options, the first for a further period of 3 years and the second option for a further period of 2 years.
II.2.13)Information about European Union funds
II.2.1)Title:
Public Transport Planning and Operations
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The following is provided in good faith and is intended only as a preliminary background explanation to Translink’s requirement, it does not purport to be all inclusive. In order to support our values and objectives and to assist with the development and delivery of major programmes and initiatives across the Group, Translink wishes to establish a Framework Arrangement with suitably qualified and experienced organisations to provide a managed professional service. These services will include management and technical support across a wide range of activities that have been categorised into seven lots. The anticipated start date is February-March 2019, however dates may be subject to change. Translink reserve the right to accept part of any Tender from one or any number of Tenderers and may change the contracting strategy at any time.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There are 2 separate extension options, the first for a further period of 3 years and the second option for a further period of 2 years.
II.2.10)Information about variants
II.2.11)Information about options
There are 2 separate extension options, the first for a further period of 3 years and the second option for a further period of 2 years.
II.2.13)Information about European Union funds
II.2.1)Title:
Transport Scheme Appraisals, Data collection and Analysis
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The following is provided in good faith and is intended only as a preliminary background explanation to Translink’s requirement, it does not purport to be all inclusive. In order to support our values and objectives and to assist with the development and delivery of major programmes and initiatives across the Group, Translink wishes to establish a Framework Arrangement with suitably qualified and experienced organisations to provide a managed professional service. These services will include management and technical support across a wide range of activities that have been categorised into seven lots. The anticipated start date is February-March 2019, however dates may be subject to change. Translink reserve the right to accept part of any Tender from one or any number of Tenderers and may change the contracting strategy at any time.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There are 2 separate extension options, the first for a further period of 3 years and the second option for a further period of 2 years.
II.2.10)Information about variants
II.2.11)Information about options
There are 2 separate extension options, the first for a further period of 3 years and the second option for a further period of 2 years.
II.2.13)Information about European Union funds
II.2.1)Title:
Rail Fleet Engineering
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The following is provided in good faith and is intended only as a preliminary background explanation to Translink’s requirement, it does not purport to be all inclusive. In order to support our values and objectives and to assist with the development and delivery of major programmes and initiatives across the Group, Translink wishes to establish a Framework Arrangement with suitably qualified and experienced organisations to provide a managed professional service. These services will include management and technical support across a wide range of activities that have been categorised into seven lots. The anticipated start date is February-March 2019, however dates may be subject to change. Translink reserve the right to accept part of any Tender from one or any number of Tenderers and may change the contracting strategy at any time.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There are 2 separate extension options, the first for a further period of 3 years and the second option for a further period of 2 years.
II.2.10)Information about variants
II.2.11)Information about options
There are 2 separate extension options, the first for a further period of 3 years and the second option for a further period of 2 years.
II.2.13)Information about European Union funds
II.2.1)Title:
Bus/Coach Engineering
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The following is provided in good faith and is intended only as a preliminary background explanation to Translink’s requirement, it does not purport to be all inclusive. In order to support our values and objectives and to assist with the development and delivery of major programmes and initiatives across the Group, Translink wishes to establish a Framework Arrangement with suitably qualified and experienced organisations to provide a managed professional service. These services will include management and technical support across a wide range of activities that have been categorised into seven lots. The anticipated start date is February-March 2019, however dates may be subject to change. Translink reserve the right to accept part of any Tender from one or any number of Tenderers and may change the contracting strategy at any time.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There are 2 separate extension options, the first for a further period of 3 years and the second option for a further period of 2 years.
II.2.10)Information about variants
II.2.11)Information about options
There are 2 separate extension options, the first for a further period of 3 years and the second option for a further period of 2 years.
II.2.13)Information about European Union funds
II.2.1)Title:
Safety
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The following is provided in good faith and is intended only as a preliminary background explanation to Translink’s requirement, it does not purport to be all inclusive. In order to support our values and objectives and to assist with the development and delivery of major programmes and initiatives across the Group, Translink wishes to establish a Framework Arrangement with suitably qualified and experienced organisations to provide a managed professional service. These services will include management and technical support across a wide range of activities that have been categorised into seven lots. The anticipated start date is February-March 2019, however dates may be subject to change. Translink reserve the right to accept part of any Tender from one or any number of Tenderers and may change the contracting strategy at any time.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There are 2 separate extension options, the first for a further period of 3 years and the second option for a further period of 2 years.
II.2.10)Information about variants
II.2.11)Information about options
There are 2 separate extension options, the first for a further period of 3 years and the second option for a further period of 2 years.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Let’s work together:
— follow us on Twitter at www.twitter.com/TranslinkB2B for opportunites worth 50 000 GBP or more,
— check out our website at www.translink.co.uk/Corporate/Procurement/
— participate in tenders at https://etendersni.gov.uk/epps
— for assistance using eTendersNI and registering your Organisation please contact the helpdesk whose number is located on the eTendersNI contact us page.
Note: Do not leave completing your PQQ/ITT response until the last minute, late responses shall be rejected. The Contracting Authority reserves the right not to award any contract as a result of this competition.
About the Translink Group:
— throughout the documentation, both “Translink” and “Group” refer to the same corporate entities. Both shall be taken to comprise the Northern Ireland Transport Holding Company (NITHC) in addition to its main operating subsidiaries Citybus Ltd, Northern Ireland Railways Company Ltd and Ulsterbus Ltd.
VI.4.1)Review body
Please refer to VI.4.3
United Kingdom
VI.4.3)Review procedure
The Translink Group will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Utilities Contracts Regulations 2016 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.5)Date of dispatch of this notice: