Hysbysiad contract - cyfleustodau
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Translink
Belfast
55 Station Road
UK
Person cyswllt: paul mccollough
E-bost: paul.mccollough@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.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://etendersni.gov.uk/epps
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.6) Prif weithgaredd
Gwasanaethau rheilffyrdd trefol, tramffyrdd, trolibysiau neu fysiau
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
FW122 Permanent Way Major Projects Framework
II.1.2) Prif god CPV
45234129
II.1.3) Y math o gontract
Gwaith
II.1.4) Disgrifiad byr
Translink is establishing a Framework for the provision of Permanent Way Contractor works to support the delivery of Translink’s programme of capital and maintenance works. This Framework will entail the delivery of Work Packages in relation to Permanent Way across a wide spectrum of work types and scopes. These are expected to range from standalone single-site renewals and refurbishments to large (£20m+) Permanent Way-led projects that entail multi-disciplinary design and construction and the use of disruptive blockades / possessions. The type of Work Packages that may be commissioned under the Framework will typically comprise the following: Plain line renewal and refurbishment, Switch and crossing (S+C) renewal and refurbishment, Level crossing renewal and refurbishment, User-worked crossing (UWC) renewal and refurbishment, Re-railing, Rail milling, Ballast, Drainage, Work to sidings and depots, Rail systems enhancements (e.g., construction of new permanent way assets, track dualling, passing loops, sidings extensions, line speed improvements, realignment). To support the delivery of such Work Packages, the Supplier will be required to also have the capability to undertake work to interfacing railway assets including the following: Signalling and Telecoms, Electrification and Plant (E+P), Civils and Structures. 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.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 150 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
45234100
II.2.3) Man cyflawni
Cod NUTS:
UKN0
II.2.4) Disgrifiad o’r caffaeliad
Translink is establishing a Framework for the provision of Permanent Way Contractor works to support the delivery of Translink’s programme of capital and maintenance works. This Framework will entail the delivery of Work Packages in relation to Permanent Way across a wide spectrum of work types and scopes. These are expected to range from standalone single-site renewals and refurbishments to large (£20m+) Permanent Way-led projects that entail multi-disciplinary design and construction and the use of disruptive blockades / possessions. The type of Work Packages that may be commissioned under the Framework will typically comprise the following: Plain line renewal and refurbishment, Switch and crossing (S+C) renewal and refurbishment, Level crossing renewal and refurbishment, User-worked crossing (UWC) renewal and refurbishment, Re-railing, Rail milling, Ballast, Drainage, Work to sidings and depots, Rail systems enhancements (e.g., construction of new permanent way assets, track dualling, passing loops, sidings extensions, line speed improvements, realignment). To support the delivery of such Work Packages, the Supplier will be required to also have the capability to undertake work to interfacing railway assets including the following: Signalling and Telecoms, Electrification and Plant (E+P), Civils and Structures. 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) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 150 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 60
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Initial 60 month contract plus a further 36 month extension options
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
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
negodi gyda galwad am gystadleuaeth
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 5
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Na
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
30/09/2024
Amser lleol: 15:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Rhaid i’r tendr fod yn ddilys tan:
29/03/2025
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
Potentially after an initial 60 months
VI.4) Gweithdrefnau adolygu
VI.5) Dyddiad anfon yr hysbysiad hwn
27/08/2024