Network Engineering Professional Services Framework 2015-2019.

Network Engineering Professional Services 2015-2019. The Northern Ireland Transport Holding Company (NITHC) is a public corporation established under the Transport Act (NI) 1967 to oversee the provision of public transport in Northern Ireland. It is responsible for the operation of its subsidiary companies, Citybus (now Metro), NI Railways and Ulsterbus, which deliver passenger transport services. Translink is the brand name of the 3 operating companies, which operate integrated, scheduled bus and rail services in Northern Ireland, including cross-border and cross-channel links under a Public Service Obligation. Translink is one of Northern Ireland's largest employers, with over 3 500 employees, 80 000 000 passengers per annum and an annual turnover of 125 000 000 GBP. NITHC owns and manages a diverse range of land and property assets in its portfolio including bus and rail passenger facilities, operational depot facilities and investment and income producing properties. Northern Ireland Railways wish to establish a framework of economic operators to provide civil and structural design services to the NIR network. Typical examples of type of projects to be undertaken: — Bridges and culverts (under/overline), — Viaducts, — Earthworks and retaining structures, — Sea and river defences, — Platforms, — Gantries, — 3rd party/and miscellaneous structures, — Feasibility studies, and — Drainage solutions. The services are for the provision of the following services: — Civil/structural engineer- assessment and design, — Civil/structural engineer- survey and inspection, — Civil/structural engineer feasibility studies and/or reporting, — Project manager/contract administrator, — CDM co-ordinator (unless appointed under separate framework), — CEEQUAL assessor (if required). The services for any project may be for all the above services or a selection of the above depending on the complexity of the project. Project Management services may be included for a specific scheme, however, depending on the scheme the contracting authority may opt to separate this service and award it separately. It is essential that all the appointed economic operators have sufficient depth and range of resources which will allow a rapid response to attend any emergency incident on NIR's railway network. Typically emergency incidents include failure to embankments/cuttings and damage bridges following a vehicle strike. Some works within a railway engineering environment will involve overnight or weekend/Sunday working, when absolute possession of the track can be taken. Consultants will be required to mobilise at short notice and work during unsociable hours. It should be understood that appointed economic operators must be available to provide where reasonable resources at short notice for essential engineering works. Where necessary ‘on call’ staffing may be required over weekend/holiday periods. Any person who requires to work on or near the railway must adhere to the regulations of the current version of the NIR Rule Book and any other company regulations. The successful economic operators will then be awarded work packages through a random round robin system and required to tender for consultancy services for large scale projects via ‘mini-competitions’. There is no maximum value of a scheme under the framework the only limit is the advertised spend limit for the framework. The framework contract is to be for a 4 year period duration subject to break clauses. The framework contract is not a guarantee of any future workload but demonstrates an intention to utilise those appointed economic operators to provide services where appropriate. Estimated value: The estimated fee value excluding VAT of the services is 5 000 000 GBP over 4 years. Form of contract: A NEC3 framework contract will be issued to all successful economic operators. For future draw downs and min-competitions a NEC3 PSC will be used. Details of the contract conditions shall be set out in the invitation to tender documents. Pre-qualification return date: Please note the return date for pre-qualifications is no later than 12:00 Tuesday 18.8.2015.
CPV-Code: 71311000
Abgabefrist: 18.08.2015
Typ: Contract notice
Status: Submission for all lots
Aufgabe: Railway services
Vergabestelle:
name: Translink
address: 3 Milewater Road
postal_code: BT3 9BG
city: Belfast - UK
country: UK
email: None
phone: +44 2890354029
contact_point:
idate: 11. Juni 2020 15:14
udate: 11. Juni 2020 15:14
doc: 249958_2015.xml
authority_types:
activities:
Quelle: http://ted.europa.eu/udl?uri=TED:NOTICE:249958-2015:TEXT:EN:HTML
Unterlagen: None
Zuschlagskriterium: The most economic tender
Vertrag: Services
Prozedur: Negotiated procedure
Nuts: UKN0
Veröffentlichung: 16.07.2015
Erfüllungsort: Belfast - GB
Link:
Lose:
Name Los Nr 1 United Kingdom__Belfast__Beratung im Tief- und Hochbau
Gewinner None
Datum
Wert None
Anzahl Angebote None