Hysbysiad dyfarnu contract – cyfleustodau
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Translink
Procurement Department
Belfast
BT2 7LX
UK
Person cyswllt: etnitranslink.co.uk
E-bost: linda.brown@translink.co.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://etendersni.gov.uk/epps
Cyfeiriad proffil y prynwr: https://etendersni.gov.uk/epps
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.6) Prif weithgaredd
Gwasanaethau rheilffyrdd trefol, tramffyrdd, trolibysiau neu fysiau
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Framework 118 Supply of Rail
II.1.2) Prif god CPV
34946120
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
Translink” is establishing a multi-supplier Framework for the supply of rail to support the delivery of Translink’s programme of capital and maintenance works. 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). Translink wish to appoint a number of Suppliers onto the Framework, split across two Lots. It is anticipated that each Lot will comprise one Primary and two Secondary suppliers. While Suppliers are entitled to submit tenders for both Lots under the Framework, it is not a requirement that Suppliers submit tenders for both Lots. The Framework will be divided into two Lots based on the primary work activities anticipated to be delivered under this Framework as follows: Lot 1 – Standard and Premium Grade Rail and Lot 2 – Corrosion Resistant Rail .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) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
II.1.7) Cyfanswm gwerth y caffaeliad
Cynnig isaf: / Y cynnig uchaf:
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Standard and Premium Grade Rail
II.2.2) Cod(au) CPV ychwanegol
34940000
II.2.3) Man cyflawni
Cod NUTS:
UKN
II.2.4) Disgrifiad o’r caffaeliad
Translink” is establishing a multi-supplier Framework for the supply of rail to support the delivery of Translink’s programme of capital and maintenance works. 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). Translink wish to appoint a number of Suppliers onto the Framework, split across two Lots. It is anticipated that each Lot will comprise one Primary and two Secondary suppliers. While Suppliers are entitled to submit tenders for both Lots under the Framework, it is not a requirement that Suppliers submit tenders for both Lots. The Framework will be divided into two Lots based on the primary work activities anticipated to be delivered under this Framework as follows: Lot 1 – Standard and Premium Grade Rail and Lot 2 – Corrosion Resistant Rail .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.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot 2
II.2.1) Teitl
Corrosion Resistant Rail
II.2.2) Cod(au) CPV ychwanegol
34940000
II.2.3) Man cyflawni
Cod NUTS:
UKN
II.2.4) Disgrifiad o’r caffaeliad
Translink” is establishing a multi-supplier Framework for the supply of rail to support the delivery of Translink’s programme of capital and maintenance works. 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). Translink wish to appoint a number of Suppliers onto the Framework, split across two Lots. It is anticipated that each Lot will comprise one Primary and two Secondary suppliers. While Suppliers are entitled to submit tenders for both Lots under the Framework, it is not a requirement that Suppliers submit tenders for both Lots. The Framework will be divided into two Lots based on the primary work activities anticipated to be delivered under this Framework as follows: Lot 1 – Standard and Premium Grade Rail and Lot 2 – Corrosion Resistant Rail .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.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
Mae'r broses gaffael yn golygu sefydlu cytundeb fframwaith gydag un gweithredwr.
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2024/S 000-022301
IV.2.9) Gwybodaeth am ddod â chais am gystadleuaeth i ben ar ffurf hysbysiad gwybodaeth ymlaen llaw
Ni fydd yr awdurdod contractio yn dyfarnu contractau pellach yn seiliedig ar yr hysbysiad gwybodaeth ymlaen llaw uchod
Section V: Dyfarnu contract
Rhif y Lot: 1
Rhif Contract: 1
Teitl: Standard and Premium Grade Rail
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
20/03/2025
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 3
Nifer y tendrau a ddaeth i law gan BBaChau: 0
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 2
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 1
Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 3
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
BRITISH STEEL LIMITED
Brigg Road
SCUNTHORPE
DN16 1XA
UK
E-bost: darren.cole@britishsteel.co.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
URL: https://etendersni.gov.uk/epps
BBaCh yw’r contractwr:
Na
V.2.3) Enw a chyfeiriad y contractwr
SAARSTAHL RAIL
LIBERTY RAIL 164 RUE MARECHAL FOCH
HAYANGE
57700
FR
E-bost: alex.mccann@amtrackgroup.com
NUTS: FR
Cyfeiriad(au) rhyngrwyd
URL: https://etendersni.gov.uk/epps
BBaCh yw’r contractwr:
Na
V.2.3) Enw a chyfeiriad y contractwr
voestalpine Rail Technology GmbH
Kerpelystrasse 199
Leoben
8700
AT
E-bost: anita.kozak@voestalpine.com
NUTS: AT
Cyfeiriad(au) rhyngrwyd
URL: https://etendersni.gov.uk/epps
BBaCh yw’r contractwr:
Na
V.2.5) Gwybodaeth am is-gontractio
Section V: Dyfarnu contract
Rhif y Lot: 2
Rhif Contract: 2
Teitl: Corrosion Resistant Rail
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
20/03/2025
V.2.2) Gwybodaeth am dendrau
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.5) Gwybodaeth am is-gontractio
Section VI: Gwybodaeth ategol
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Ulsterbus Limited
Belfast
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
20/03/2025