Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Enterprise Phase 3 Overhaul, Supply of Electronic Systems.

  • First published: 14 December 2013
  • Last modified: 14 December 2013

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Translink
Authority ID:
AA0088
Publication date:
14 December 2013
Deadline date:
23 January 2014
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Translink, comprising of Northern Ireland Railways, Metro and Ulsterbus, is the all-embracing title for integrated public transport operations in Northern Ireland. Translink operate a fleet of 45 trains, approximately 1400 buses and coaches. The train fleet includes two cross border (Belfast-Dublin) train-sets which entered service in 1997. Irish Rail also run and operates 2 train-sets to the same specification.

Cross border Enterprise trains which operate Belfast to Dublin comprise of 4 train-sets, the normal configuration of which is:

1 Class 201 GM diesel locomotive

1 MK 3 Generator Van

4 Class 9000, De-Dietrich carriages, standard class.

1 Class 9000, De-Dietrich carriage, Catering car

1 Class 9000, De-Dietrich Carriage, 1st Plus

1 Class 9000, De-Dietrich Carriage, DVT including 1st plus compartment

Of the 4 train-sets, 3 operate each day with one train-set in maintenance or operational spare. The train service operates at an approximately 2 hourly frequency with a journey time of two hours for the 110 miles covered. As an InterCity train there is a limited number of intermediate stops, 5 being the maximum.

These trains have been in passenger service for 16 years and are due a half-life overhaul and refurbishment. This will include system overhaul, exterior enhancement re-livery and the following new systems fitted:

— TMS – Train Management System;

— PIS/PAS/PA – Passenger Information System / Passenger Alarm Systems / Public Address;

— SRS – Seat reservation System;

— CCTV, Saloon and forward facing.

The trains currently have an integrated TMS with PIS/PAS/PA system but this is now unreliable and with a degree of parts obsolescence. SRS and CCTV systems are not currently fitted.

The scope is for the initial supply, installation, commissioning and on-going support of the systems for the 4 train-sets. I.E.

Lot 1 - TMS;

Lot 2 - PIS/PAS/PA;

Lot 3 - SRS;

Lot 4 - CCTV.

There will be an element of system design, configuration and integration associated with the various systems. Due to the tight timescales suppliers are requested to offer modules and sub-systems from existing proven systems as far as possible.

Project Assumptions.

— The project will be completed by November 2015.

— Interfaces with other train systems will be considered to avoid duplication and ensure compatibility. This will include the on-board Nomad passenger Wi-Fi system which was installed in all carriages in 2012. This installation included an Ethernet back bone.

— The design life for all equipment will be 15 years.

— Material will be delivered as first fix and second fix carriage kits.

Lot 1 TMS system functionality.

It is recognised that the current configuration of the TMS system and integration with the PIS is unusual. However, the TMS is quite basic in function and significantly enhanced functionality will not be specified.

It is preferred that a supplier offers Lot 1 and Lot 2 together with the commitment to fully integrate these systems and takes responsibility for integration interfaces for the other 2 key systems, i.e. SRS and CCTV.

The current TMS and PIS/PAS/PA systems share an underframe rack with WSP and HVAC controllers.

The current TMS functionality includes monitoring and control of a small number of systems e.g.

— Toilets;

— Lighting;

— HVAC;

— WSP;

— Parking brake status;

— Electrical load management;

— Fault logging for above.

System status is indicated in a panel in each coach visible to the conductor.

Ideally with a new TMS, crew interface for monitoring and control is managed through a new MMI in the DVT, perhaps duplicated in the driving cabs.

Lot 2 PIS/PAS/PA.

A TSI / PRM (Technical Standards for Interoperability/Persons of Reduced Mobility) compliant system is required. Options will be inc

Full notice text

CONTRACT NOTICE - UTILITIES

Section I: Contracting Entity

I.1)

Name, Address and Contact Point(s)


Translink

3 Milewater Road

Belfast

BT3 9BG

UK

Mark Osmer

+44 2890354028

mark.osmer@translink.co.uk


www.translink.co.uk

http://www.translink.co.uk/Corporate/Procurement/
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Main activity or activities of the contracting entity

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Checked box
Unchecked box
Unchecked box

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting entity

Enterprise Phase 3 Overhaul, Supply of Electronic Systems.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

Checked box Unchecked box Unchecked box
Unchecked box Unchecked box

II.1.2(c))

Type of service contract

II.1.2)

Site or location of works, place of delivery or performance

Northern Ireland.


NUTS Code UKN0

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Estimated total value of purchases for the entire duration of the framework agreement

Frequency of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Translink, comprising of Northern Ireland Railways, Metro and Ulsterbus, is the all-embracing title for integrated public transport operations in Northern Ireland. Translink operate a fleet of 45 trains, approximately 1400 buses and coaches. The train fleet includes two cross border (Belfast-Dublin) train-sets which entered service in 1997. Irish Rail also run and operates 2 train-sets to the same specification.

Cross border Enterprise trains which operate Belfast to Dublin comprise of 4 train-sets, the normal configuration of which is:

1 Class 201 GM diesel locomotive

1 MK 3 Generator Van

4 Class 9000, De-Dietrich carriages, standard class.

1 Class 9000, De-Dietrich carriage, Catering car

1 Class 9000, De-Dietrich Carriage, 1st Plus

1 Class 9000, De-Dietrich Carriage, DVT including 1st plus compartment

Of the 4 train-sets, 3 operate each day with one train-set in maintenance or operational spare. The train service operates at an approximately 2 hourly frequency with a journey time of two hours for the 110 miles covered. As an InterCity train there is a limited number of intermediate stops, 5 being the maximum.

These trains have been in passenger service for 16 years and are due a half-life overhaul and refurbishment. This will include system overhaul, exterior enhancement re-livery and the following new systems fitted:

— TMS – Train Management System;

— PIS/PAS/PA – Passenger Information System / Passenger Alarm Systems / Public Address;

— SRS – Seat reservation System;

— CCTV, Saloon and forward facing.

The trains currently have an integrated TMS with PIS/PAS/PA system but this is now unreliable and with a degree of parts obsolescence. SRS and CCTV systems are not currently fitted.

The scope is for the initial supply, installation, commissioning and on-going support of the systems for the 4 train-sets. I.E.

Lot 1 - TMS;

Lot 2 - PIS/PAS/PA;

Lot 3 - SRS;

Lot 4 - CCTV.

There will be an element of system design, configuration and integration associated with the various systems. Due to the tight timescales suppliers are requested to offer modules and sub-systems from existing proven systems as far as possible.

Project Assumptions.

— The project will be completed by November 2015.

— Interfaces with other train systems will be considered to avoid duplication and ensure compatibility. This will include the on-board Nomad passenger Wi-Fi system which was installed in all carriages in 2012. This installation included an Ethernet back bone.

— The design life for all equipment will be 15 years.

— Material will be delivered as first fix and second fix carriage kits.

Lot 1 TMS system functionality.

It is recognised that the current configuration of the TMS system and integration with the PIS is unusual. However, the TMS is quite basic in function and significantly enhanced functionality will not be specified.

It is preferred that a supplier offers Lot 1 and Lot 2 together with the commitment to fully integrate these systems and takes responsibility for integration interfaces for the other 2 key systems, i.e. SRS and CCTV.

The current TMS and PIS/PAS/PA systems share an underframe rack with WSP and HVAC controllers.

The current TMS functionality includes monitoring and control of a small number of systems e.g.

— Toilets;

— Lighting;

— HVAC;

— WSP;

— Parking brake status;

— Electrical load management;

— Fault logging for above.

System status is indicated in a panel in each coach visible to the conductor.

Ideally with a new TMS, crew interface for monitoring and control is managed through a new MMI in the DVT, perhaps duplicated in the driving cabs.

Lot 2 PIS/PAS/PA.

A TSI / PRM (Technical Standards for Interoperability/Persons of Reduced Mobility) compliant system is required. Options will be included for the use of flat screen technology instead of LED displays in the passenger saloons. A base station will be required to facilitate data base editing and audio file updates. An option for additional infotainment functionality will be included.

Lot 3 SRS Functionality.

This new system will include a display about each seat position allowing the seat reservation to be displayed and updated. The seat reservation system will be installed in all De-Dietrich carriages apart from perhaps the catering carriage. A base station is not required as it is expected to drive the system via the existing Irish Rail System which communicates by Wi-Fi providing a passenger seating manifest to each Intercity train in a timely manner. The systems offered must be fully compatible with this existing system. Ideally this on-board system will integrate with the new TMS.

Lot 4 CCTV Functionality.

This new system is expected to include forward facing cab cameras for 4 DVTs and 8 locomotives and 6 cameras per saloon. The system must record in high quality format and hold a minimum of seven days of video footage from each camera.

Recorded media will be simple to remove and view using a compatible base station within the scope of supply.

II.1.6)

Common Procurement Vocabulary (CPV)

34600000
50111000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

No

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions relating to the contract

III.1.1)

Deposits and guarantees required

If required this will be listed in PQQ and ITT documentation on www.e-sourcingni.bravosolution.co.uk.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

If required this will be listed in PQQ and ITT documentation on www.e-sourcingni.bravosolution.co.uk.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

If required this will be listed in PQQ and ITT documentation on www.e-sourcingni.bravosolution.co.uk.

III.1.4)

Other particular conditions to which the performance of the contract is subject

These will be listed in PQQ and ITT documentation on www.e-sourcingni.bravosolution.co.uk

III.2)

Conditions for Participation

III.2.1)

Personal situation of suppliers,contractors or service providers


These will be listed in PQQ and ITT documentation on www.e-sourcingni.bravosolution.co.uk

III.2.2)

Economic and financial capacity


These will be listed in PQQ and ITT documentation on www.e-sourcingni.bravosolution.co.uk


III.2.3)

Technical capacity


These will be listed in PQQ and ITT documentation on www.e-sourcingni.bravosolution.co.uk


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for executing the contract?

Yes

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Unchecked box
Checked box No

IV.2)

Award Criteria

No

Yes
No

IV.2.2)

An electronic auction will be used

No

IV.3) Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting entity

The Translink Group file reference 008/0097/13

Bravo project reference 15490

IV.3.2)

Previous publication concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining contract document and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 23-01-2014  15:00

IV.3.5)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.6)

Minimum time frame during which the tenderer must maintain its tender 

IV.3.7)

Conditions for opening tenders




Section VI: Complementary Information

VI.1)

Indicate whether this Procurement is a Recurrent one and the estimated timing for further notices to be published

VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

Let's work together:

Follow us on Twitter at www.twitter.com/TranslinkB2B for opportunites worth GBP 30,000 or more.

Check out our website at www.translink.co.uk/Corporate/Procurement/

Participate in tenders at www.e-sourcingni.bravosolution.co.uk

1. Browse to the eSourcing portal: www.e-sourcingni.bravosolution.co.uk

2. Click the “Click here to register” link;

3. Accept the terms and conditions and click “continue”;

4. Enter your correct business and user details;

5. Note the username you chose and click “Save” when complete;

6. You will shortly receive an email with your unique password (please keep this secure);

7. Login to the portal with the username/password;

8. Click the “PQQs Open to All Suppliers” link (these are PQQs open to any registered supplier);

9. Click on the relevant PQQ to access the content;

10. Click the “Express Interest” button in the “Actions” box on the left-hand side of the page. This will move the PQQ over to the “My PQQs” page (this is a secure area reserved for your projects only);

11. Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box on the left-hand side of the page;

12. You can now Reply or Reject (please give a reason if rejecting);

13. Note the deadline for completion, then follow the onscreen instructions to complete the PQQ.

If you require any further assistance the BravoSolution help desk is available Mon – Fri (8:00 am – 18:00 pm) on:

— Email: help@bravosolution.co.uk,

— Phone: uk 08003684850 Phone (outside UK): +44 2033496601

Note: Do not leave completing your PQQ/ITT response until the last minute, late responses shall be rejected. The contracting authority reserves the right not to award any contract as a result of this competition.

About the Translink Group:

Throughout the documentation, both “Translink” and “Group” refer to the same corporate entities. Both shall be taken to comprise the Northern Ireland Transport Holding Company (NITHC) in addition to its main operating subsidiaries Citybus Ltd, Northern Ireland Railways Company Ltd and Ulsterbus Ltd.

The Translink Group provide integrated public transport across Northern Ireland. The organisation is one of Northern Ireland's largest employers with approximately 4,000 employees and a turnover in excess of GBP 168m. Over 81 million passenger journeys are made on Translink Group services each year.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Please see section VI.4.2








Body responsible for mediation procedures


Not Appicable








VI.4.2)

Lodging of appeals


The Translink Group will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.

The Utilities Contracts Regulations 2006 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

VI.4.3)

Service from which information about the lodging of appeals may be obtained


Please see section VI.4.2








VI.5)

Dispatch date of this Notice

 12-12-2013

ANNEX B

Information About Lots

1     TMS system functionality

1)

Short Description

2)

Common Procurement Vocabulary (CPV)

34600000
50111000

3)

Quantity or scope

Lot 1 TMS system functionality

It is recognised that the current configuration of the TMS system and integration with the PIS is unusual. However, the TMS is quite basic in function and significantly enhanced functionality will not be specified.

It is preferred that a supplier offers Lot 1 and Lot 2 together with the commitment to fully integrate these systems and takes responsibility for integration interfaces for the other 2 key systems, i.e. SRS and CCTV.

The current TMS and PIS/PAS/PA systems share an underframe rack with WSP and HVAC controllers

The current TMS functionality includes monitoring and control of a small number of systems e.g.

— Toilets;

— Lighting;

— HVAC;

— WSP;

— Parking brake status;

— Electrical load management;

— Fault logging for above.

System status is indicated in a panel in each coach visible to the conductor.

Ideally with a new TMS, crew interface for monitoring and control is managed through a new MMI in the DVT, perhaps duplicated in the driving cabs.


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

2     PIS/PAS/PA

1)

Short Description

2)

Common Procurement Vocabulary (CPV)

34600000
50111000

3)

Quantity or scope

Lot 2 PIS/PAS/PA

A TSI / PRM (Technical Standards for Interoperability/Persons of Reduced Mobility) compliant system is required. Options will be included for the use of flat screen technology instead of LED displays in the passenger saloons. A base station will be required to facilitate data base editing and audio file updates. An option for additional infotainment functionality will be included.


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

3     SRS Functionality

1)

Short Description

2)

Common Procurement Vocabulary (CPV)

34600000
50111000

3)

Quantity or scope

This new system will include a display about each seat position allowing the seat reservation to be displayed and updated. The seat reservation system will be installed in all De-Dietrich carriages apart from perhaps the catering carriage. A base station is not required as it is expected to drive the system via the existing Irish Rail System which communicates by Wi-Fi providing a passenger seating manifest to each Intercity train in a timely manner. The systems offered must be fully compatible with this existing system. Ideally this on-board system will integrate with the new TMS.


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

4     CCTV Functionality

1)

Short Description

2)

Common Procurement Vocabulary (CPV)

34600000
50111000

3)

Quantity or scope

This new system is expected to include forward facing cab cameras for 4 DVTs and 8 locomotives and 6 cameras per saloon. The system must record in high quality format and hold a minimum of seven days of video footage from each camera.

Recorded media will be simple to remove and view using a compatible base station within the scope of supply.


4)

Indication about different contract dates

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
50111000 Fleet management, repair and maintenance services Repair and maintenance services of motor vehicles and associated equipment
34600000 Railway and tramway locomotives and rolling stock and associated parts Transport equipment and auxiliary products to transportation

Delivery locations

ID Description
There are no delivery locations for this notice.

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.