Buyer Name: Translink
Buyer Address: Procurement Department, Belfast, UK, BT2 7LX, United Kingdom
Contact Name: etnitranslink.co.uk
Contact Email: procurement@translink.co.uk
Buyer Name: Translink
Buyer Address: Procurement Department, Belfast, UK, BT2 7LX, United Kingdom
Contact Name: etnitranslink.co.uk
Contact Email: procurement@translink.co.uk
Translink is establishing a Framework for the provision of rail systems professional services to support the delivery of Translink’s programme of capital and maintenance works. Suppliers may be required to undertake strategic network strategy work in relation to the Client’s rail infrastructure. This could be in relation to major network enhancements (e.g., examining new rail lines, line speed upgrades, electrification) to more bespoke work (e.g., assessing the potential of new technologies). Work Packages in this area may encompass the following (note this list is not exhaustive) Scoping, Cost management, Demand forecasting, Economics / business case analysis, Risk and value management, Feasibility Studies, Initial design, Delivery strategy, Network modelling / timetable planning, Planning / consents advice, Stakeholder analysis / engagement, Change management, Common Safety Method / Interoperability advice. 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.
No linked documents found for this notice.
Lot Description: Translink is establishing a Framework for the provision of rail systems professional services to support the delivery of Translink’s programme of capital and maintenance works. Suppliers may be required to undertake strategic network strategy work in relation to the Client’s rail infrastructure. This could be in relation to major network enhancements (e.g., examining new rail lines, line speed upgrades, electrification) to more bespoke work (e.g., assessing the potential of new technologies). Work Packages in this area may encompass the following (note this list is not exhaustive) Scoping, Cost management, Demand forecasting, Economics / business case analysis, Risk and value management, Feasibility Studies, Initial design, Delivery strategy, Network modelling / timetable planning, Planning / consents advice, Stakeholder analysis / engagement, Change management, Common Safety Method / Interoperability advice. 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. Additional information: The estimated value for the Framework is in excess of forty million pounds (£40,000,000). . The value of the Framework may be in excess of sixty million pounds (£60,000,000) in the . event of proposed enhancement schemes progressing, but these are subject to both . business case development and funding.. There is no guarantee of this work value, and all work is subject to funding availability. . .
Lot 1 Status: cancelled
Lot 1 Has Options: No
Lot 1 Award Criterion (quality): Safety, Health and Environment
Lot 1 Award Criterion (quality): Technical
Lot 1 Award Criterion (quality): Delivery
Lot 1 Award Criterion (quality): Commercial
Lot 1 Award Criterion (quality): BIM
Lot 1 Award Criterion (quality): Social Value
Contract Title: Contract
Award Title: Contract
{
"awards": [
{
"id": "018720-2025-1-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-146436",
"name": "WSP UK Ltd"
},
{
"id": "GB-FTS-116598",
"name": "Ove Arup and Partners Ltd"
},
{
"id": "GB-FTS-33491",
"name": "ATKINS LTD"
},
{
"id": "GB-FTS-146437",
"name": "AECOM Limited"
},
{
"id": "GB-FTS-146438",
"name": "AMEY OWR LIMITED"
},
{
"id": "GB-FTS-146439",
"name": "MOTT MACDONALD LTD"
}
],
"title": "Contract"
}
],
"bids": {
"statistics": [
{
"id": "6",
"measure": "bids",
"relatedLot": "1",
"value": 8
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 6
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "1",
"value": 8
}
]
},
"buyer": {
"id": "GB-FTS-125",
"name": "Translink"
},
"contracts": [
{
"awardID": "018720-2025-1-1",
"dateSigned": "2025-04-01T00:00:00+01:00",
"id": "018720-2025-1-1",
"status": "active",
"title": "Contract",
"value": {
"amount": 1.0,
"currency": "GBP"
}
}
],
"date": "2025-05-02T11:56:00+01:00",
"description": "The Framework structure consists of an Active List and a Reserve List. The Active List consists of 4 Suppliers, and the Reserve List of 2 Suppliers. The estimated value for the Framework is forty million pounds (\u00a340,000,000). The value of the Framework may be in excess of sixty million pounds (\u00a360,000,000) in the event of proposed enhancement schemes progressing, but these are subject to both business case development and funding. There is no guarantee of this work value, and all work is subject to funding availability.",
"id": "018720-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-037e10",
"parties": [
{
"address": {
"countryName": "United Kingdom",
"locality": "Belfast",
"postalCode": "BT2 7LX",
"region": "UK",
"streetAddress": "Procurement Department"
},
"contactPoint": {
"email": "procurement@translink.co.uk",
"name": "etnitranslink.co.uk"
},
"details": {
"buyerProfile": "https://etendersni.gov.uk/epps",
"classifications": [
{
"description": "Urban railway, tramway, trolleybus or bus services",
"id": "URBAN_RAILWAY_TRAMWAY_TROLLEYBUS_BUS_SERVICES",
"scheme": "TED_CE_ACTIVITY"
}
],
"url": "https://etendersni.gov.uk/epps"
},
"id": "GB-FTS-125",
"identifier": {
"legalName": "Translink"
},
"name": "Translink",
"roles": [
"buyer"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "Holywood",
"postalCode": "BT18 9JQ",
"region": "UK",
"streetAddress": "Shorefield House, 30 Kinnegar Drive"
},
"contactPoint": {
"email": "ukproposalsnational@wsp.com"
},
"details": {
"scale": "large",
"url": "https://etendersni.gov.uk/"
},
"id": "GB-FTS-146436",
"identifier": {
"legalName": "WSP UK Ltd"
},
"name": "WSP UK Ltd",
"roles": [
"supplier"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "LONDON",
"postalCode": "W1T 4BJ",
"region": "UK",
"streetAddress": "8 Fitzroy Street"
},
"contactPoint": {
"email": "uk.procurement@arup.com"
},
"details": {
"scale": "large",
"url": "https://etendersni.gov.uk/epps"
},
"id": "GB-FTS-116598",
"identifier": {
"legalName": "Ove Arup and Partners Ltd"
},
"name": "Ove Arup and Partners Ltd",
"roles": [
"supplier"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "EPSOM",
"postalCode": "KT18 5BW",
"region": "UK",
"streetAddress": "WOODCOTE GROVE"
},
"contactPoint": {
"email": "belfast@atkinsglobal.com"
},
"details": {
"scale": "large",
"url": "https://etendersni.gov.uk/epps"
},
"id": "GB-FTS-33491",
"identifier": {
"legalName": "ATKINS LTD"
},
"name": "ATKINS LTD",
"roles": [
"supplier"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "LONDON",
"postalCode": "E1 8FA",
"region": "UK",
"streetAddress": "Aldgate Tower, 2 Leman Street"
},
"contactPoint": {
"email": "heather.scott@aecom.com"
},
"details": {
"scale": "large",
"url": "https://etendersni.gov.uk/epps"
},
"id": "GB-FTS-146437",
"identifier": {
"legalName": "AECOM Limited"
},
"name": "AECOM Limited",
"roles": [
"supplier"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "London",
"postalCode": "EC4A 1AB",
"region": "UK",
"streetAddress": "Chancery Exchange, 10 Furnival Street"
},
"contactPoint": {
"email": "rebecca.parker@amey.co.uk"
},
"details": {
"scale": "large",
"url": "https://etendersni.gov.uk/epps"
},
"id": "GB-FTS-146438",
"identifier": {
"legalName": "AMEY OWR LIMITED"
},
"name": "AMEY OWR LIMITED",
"roles": [
"supplier"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "London",
"postalCode": "EC4M 7RB",
"region": "UK",
"streetAddress": "10 Fleet Place"
},
"contactPoint": {
"email": "helen.oconnor@mottmac.com"
},
"details": {
"scale": "large",
"url": "https://etendersni.gov.uk/epps"
},
"id": "GB-FTS-146439",
"identifier": {
"legalName": "MOTT MACDONALD LTD"
},
"name": "MOTT MACDONALD LTD",
"roles": [
"supplier"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "Belfast"
},
"id": "GB-FTS-1799",
"identifier": {
"legalName": "High Court"
},
"name": "High Court",
"roles": [
"reviewBody"
]
}
],
"tag": [
"award",
"contract"
],
"tender": {
"classification": {
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
},
"coveredBy": [
"GPA"
],
"description": "Translink is establishing a Framework for the provision of rail systems professional services to support the delivery of Translink\u2019s programme of capital and maintenance works. Suppliers may be required to undertake strategic network strategy work in relation to the Client\u2019s rail infrastructure. This could be in relation to major network enhancements (e.g., examining new rail lines, line speed upgrades, electrification) to more bespoke work (e.g., assessing the potential of new technologies). Work Packages in this area may encompass the following (note this list is not exhaustive) Scoping, Cost management, Demand forecasting, Economics / business case analysis, Risk and value management, Feasibility Studies, Initial design, Delivery strategy, Network modelling / timetable planning, Planning / consents advice, Stakeholder analysis / engagement, Change management, Common Safety Method / Interoperability advice. 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.",
"id": "ocds-h6vhtk-037e10",
"items": [
{
"additionalClassifications": [
{
"description": "Supervision of project and documentation",
"id": "71248000",
"scheme": "CPV"
},
{
"description": "Project and design preparation, estimation of costs",
"id": "71242000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKN0"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "8",
"name": "Safety, Health and Environment",
"type": "quality"
},
{
"description": "12",
"name": "Technical",
"type": "quality"
},
{
"description": "18",
"name": "Delivery",
"type": "quality"
},
{
"description": "7",
"name": "Commercial",
"type": "quality"
},
{
"description": "5",
"name": "BIM",
"type": "quality"
},
{
"description": "10",
"name": "Social Value",
"type": "quality"
},
{
"description": "40",
"type": "price"
}
]
},
"description": "Translink is establishing a Framework for the provision of rail systems professional services to support the delivery of Translink\u2019s programme of capital and maintenance works. Suppliers may be required to undertake strategic network strategy work in relation to the Client\u2019s rail infrastructure. This could be in relation to major network enhancements (e.g., examining new rail lines, line speed upgrades, electrification) to more bespoke work (e.g., assessing the potential of new technologies). Work Packages in this area may encompass the following (note this list is not exhaustive) Scoping, Cost management, Demand forecasting, Economics / business case analysis, Risk and value management, Feasibility Studies, Initial design, Delivery strategy, Network modelling / timetable planning, Planning / consents advice, Stakeholder analysis / engagement, Change management, Common Safety Method / Interoperability advice. 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. Additional information: The estimated value for the Framework is in excess of forty million pounds (\u00a340,000,000). . The value of the Framework may be in excess of sixty million pounds (\u00a360,000,000) in the . event of proposed enhancement schemes progressing, but these are subject to both . business case development and funding.. There is no guarantee of this work value, and all work is subject to funding availability. . .",
"hasOptions": false,
"id": "1",
"status": "cancelled"
}
],
"mainProcurementCategory": "services",
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"status": "complete",
"techniques": {
"hasFrameworkAgreement": true
},
"title": "FW110 Rail Systems Professional Services Framework"
}
}