Buyer Name: Translink
Buyer Address: 22 Great Victoria Street, Belfast, UKN06, BT2 7LX, United Kingdom
Contact Email: katherine.bleakley@translink.co.uk
Buyer Name: Translink
Buyer Address: 22 Great Victoria Street, Belfast, UKN06, BT2 7LX, United Kingdom
Contact Email: katherine.bleakley@translink.co.uk
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.
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/033143-2025
Link Description: Tender notice on Find a Tender
Lot Title: Change Management, System Safety and Interoperability Authorisation
Lot Description: Change Management, System Safety and Interoperability Authorisation Delivering Change Management and Compliance with Safety and / or Interoperability Regulations
Lot 1 Status: active
Lot 1 Value (Gross): GBP 4,800,000
Lot 1 Contract Start: 2026-06-01T00:00:00+01:00
Lot 1 Contract End: 2030-05-31T23:59:59+01:00
Lot 1 Award Criterion (cost): Cost
Lot 1 Award Criterion (quality): Quality
Lot 1 Award Criterion (price): Price
Lot 1 Award Criterion (quality): Technical
Lot Title: Change Management, System Safety and Associated Services
Lot Description: Change Management, System Safety and Associated Services Delivering Change Management, Consultancy Support and Associated Services.
Lot 2 Status: active
Lot 2 Value (Gross): GBP 2,400,000
Lot 2 Contract Start: 2026-06-01T00:00:00+01:00
Lot 2 Contract End: 2030-05-31T23:59:59+01:00
Lot 2 Award Criterion (cost): Cost
Lot 2 Award Criterion (quality): Quality
Lot 2 Award Criterion (price): Price
Lot 2 Award Criterion (quality): Technical
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PTMT-7134-NRMV",
"name": "Translink"
},
"date": "2025-06-18T09:44:25+01:00",
"id": "033143-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-054ebf",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Belfast",
"postalCode": "BT2 7LX",
"region": "UKN06",
"streetAddress": "22 Great Victoria Street"
},
"contactPoint": {
"email": "katherine.bleakley@translink.co.uk"
},
"details": {
"classifications": [
{
"description": "Public undertaking",
"id": "publicUndertaking",
"scheme": "UK_CA_TYPE"
},
{
"description": "Northern Irish devolved regulations apply",
"id": "GB-NIR",
"scheme": "UK_CA_DEVOLVED_REGULATIONS"
}
]
},
"id": "GB-PPON-PTMT-7134-NRMV",
"identifier": {
"id": "PTMT-7134-NRMV",
"scheme": "GB-PPON"
},
"name": "Translink",
"roles": [
"buyer"
]
}
],
"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."
},
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-05-01T23:59:59+01:00"
},
"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 \u0027Metro\u0027), 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\u2019s programme of capital and maintenance works. wish to appoint 7 Suppliers onto each of the below 2 Framework Lots. \u2022 Lot 1: Change Management, CSM and Authorisations (5 Active and 2 Reserve Suppliers) \u2022 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 \u2013 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.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2025-06-18T09:44:25+01:00",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "033143-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/033143-2025"
}
],
"enquiryPeriod": {
"endDate": "2025-07-11T12:00:00+01:00"
},
"expressionOfInterestDeadline": "2025-07-18T15:00:00+01:00",
"hasRecurrence": true,
"id": "ocds-h6vhtk-054ebf",
"items": [
{
"additionalClassifications": [
{
"description": "Safety consultancy services",
"id": "79417000",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"id": "1",
"relatedLot": "1"
},
{
"additionalClassifications": [
{
"description": "Safety consultancy services",
"id": "79417000",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"id": "2",
"relatedLot": "2"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "40%",
"name": "Cost",
"type": "cost"
},
{
"description": "60% including social value",
"name": "Quality",
"type": "quality"
},
{
"name": "Price",
"type": "price"
},
{
"description": "Including Social Value",
"name": "Technical",
"type": "quality"
}
],
"weightingDescription": "Cost/Quality"
},
"contractPeriod": {
"endDate": "2030-05-31T23:59:59+01:00",
"maxExtentDate": "2034-05-31T23:59:59+01:00",
"startDate": "2026-06-01T00:00:00+01:00"
},
"description": "Change Management, System Safety and Interoperability Authorisation Delivering Change Management and Compliance with Safety and / or Interoperability Regulations",
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "48 month initial term with options to extend up to 48 months."
},
"selectionCriteria": {
"criteria": [
{
"description": "Refer to etendersni portal",
"type": "technical"
},
{
"description": "Technical and Financial Capacity",
"forReduction": true
}
]
},
"status": "active",
"title": "Change Management, System Safety and Interoperability Authorisation ",
"value": {
"amountGross": 4800000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "40%",
"name": "Cost",
"type": "cost"
},
{
"description": "60% including social value",
"name": "Quality",
"type": "quality"
},
{
"name": "Price",
"type": "price"
},
{
"description": "Including Social Value",
"name": "Technical",
"type": "quality"
}
],
"weightingDescription": "Cost/Quality"
},
"contractPeriod": {
"endDate": "2030-05-31T23:59:59+01:00",
"maxExtentDate": "2034-05-31T23:59:59+01:00",
"startDate": "2026-06-01T00:00:00+01:00"
},
"description": "Change Management, System Safety and Associated Services \nDelivering Change Management, Consultancy Support and Associated Services. ",
"hasRenewal": true,
"id": "2",
"renewal": {
"description": "48 month initial term with options to extend up to 48 months."
},
"selectionCriteria": {
"criteria": [
{
"description": "Refer to etendersni portal",
"type": "technical"
},
{
"description": "Technical and Financial Capacity",
"forReduction": true
}
]
},
"status": "active",
"title": "Change Management, System Safety and Associated Services ",
"value": {
"amountGross": 2400000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procedure": {
"features": "2 Stage Procurement exercise - Call for competition with qualification stage "
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"recurrence": {
"dates": [
{
"startDate": "2029-06-01T23:59:59+01:00"
}
]
},
"specialRegime": [
"utilities"
],
"status": "active",
"submissionMethodDetails": "https://www.etendersni.org.uk",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"techniques": {
"frameworkAgreement": {
"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\u2019s programme of capital and maintenance works. wish to appoint 7 Suppliers onto each of the below 2 Framework Lots. \u2022 Lot 1: Change Management, CSM and Authorisations (5 Active and 2 Reserve Suppliers) \u2022 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 \u2013 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.",
"method": "withAndWithoutReopeningCompetition",
"type": "closed"
},
"hasFrameworkAgreement": true
},
"title": "FW125 Change Management, System Safety, Interoperability, and Associated Services",
"value": {
"amountGross": 7200000,
"currency": "GBP"
}
}
}