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.

02 Contract Notice

TfW Rail Limited - Stations Modifications and Infrastructure Enhancements Framework

  • First published: 18 February 2022
  • Last modified: 04 May 2022

Contents

Summary

OCID:
ocds-kuma6s-118657
Published by:
Transport for Wales Rail Limited
Authority ID:
AA80497
Publication date:
18 February 2022
Deadline date:
13 May 2022
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Provision of non-complex works at stations, remedial works to existing structures, major & complex works to stations and Infrastructure Owner works (structures, fencing, civil works and buildings and property) across the Wales and Borders rail infrastructure. CPV: 45234100, 45234100, 45234100, 45234100, 45234100, 45234100, 45234100, 45234100.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Transport for Wales Rail Limited

3 Llys Cadwyn, Pontypridd

Rhondda Cynon Taf

CF37 4TH

UK

Telephone: +44 2920720500

E-mail: TFW.Procurement@tfwrail.wales

NUTS: UKL

Internet address(es)

Main address: http://www.tfwrail.wales

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA80497

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.sell2wales.gov.wales


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.sell2wales.gov.wales


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://www.sell2wales.gov.wales


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Rail

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

TfW Rail Limited - Stations Modifications and Infrastructure Enhancements Framework

II.1.2) Main CPV code

45234100

 

II.1.3) Type of contract

Works

II.1.4) Short description

Provision of non-complex works at stations, remedial works to existing structures, major & complex works to stations and Infrastructure Owner works (structures, fencing, civil works and buildings and property) across the Wales and Borders rail infrastructure.

II.1.5) Estimated total value

Value excluding VAT: 300 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Pan Wales > GBP 500k Non-Complex Station Projects

II.2.2) Additional CPV code(s)

45234100

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Provision of non complex work to rail stations across the Wales and Border rail infrastructure as part of the TfW Rail Limited Station Projects.

Works will include, but not be limited to:

Branding:

- Wayfinding / Placemaking and Signage

Station Facilities:

- Shelters

- Seating

- Waiting Rooms

- Litter and Cigarette Bins

- Planters

- WCs

Staff Facilities:

Minor Building and Ancillary Works

Sustainability:

- Photovoltaic Panels

- Rainwater Harvesting

- LED Lighting

Social and Commercial Development:

- Repurpose Redundant Space at Stations for Commercial or Community Use.

Car Park and Active Travel:

- Provision of Additional Car Parking Spaces

- Provision of Active Travel Facilities

- EV Charging Points

Accessibility

- Access Ramps

- Accessible Facilities

CAF Train Fleet Introduction

- Stop Car Markers

II.2.5) Award criteria

Criteria below:

Quality criterion: Response to Qualitative Questions / Weighting: 60%

Price / Weighting:  40%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2nr optional 12 months extensions

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Lot No: 2

II.2.1) Title

North Wales < GBP 500k Non-Complex Station Projects

II.2.2) Additional CPV code(s)

45234100

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Provision of Non-Complex rail station works in the North of Wales across the Wales and Borders Rail Infrastructure as part of the TfW Rail Limited Stations Projects.

Works includes, but is not limited to:

Branding:

- Wayfinding / Placemaking and Signage

Station Facilities:

- Shelters

- Seating

- Waiting Rooms

- Litter and Cigarette Bins

- Planters

- WCs

Staff Facilities:

Minor Building and Ancillary Works

Sustainability:

- Photovoltaic Panels

- Rainwater Harvesting

- LED Lighting

Social and Commercial Development:

- Repurpose Redundant Space at Stations for Commercial or Community Use.

Car Park and Active Travel:

- Provision of Additional Car Parking Spaces

- Provision of Active Travel Facilities

- EV Charging Points

CAF Train Fleet Introduction

- Stop Car Markers

II.2.5) Award criteria

Criteria below:

Quality criterion: Qualitative Questions Responses / Weighting: 60%

Price / Weighting:  40%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2nr optional 12 month extensions.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Lot No: 3

II.2.1) Title

South & West < GBP 500k Wales Non-Complex Station Projects

II.2.2) Additional CPV code(s)

45234100

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Provision of Non-Complex rail station works in South & West Wales across the Wales and Borders Rail Infrastructure as part of the TfW Station Projects.

Work includes but is not limited to:

Branding:

- Wayfinding / Placemaking and Signage

Station Facilities:

- Shelters

- Seating

- Waiting Rooms

- Litter and Cigarette Bins

- Planters

- WCs

Staff Facilities:

Minor Building and Ancillary Works

Sustainability:

- Photovoltaic Panels

- Rainwater Harvesting

- LED Lighting

Social and Commercial Development:

- Repurpose Redundant Space at Stations for Commercial or Community Use.

Car Park and Active Travel:

- Provision of Additional Car Parking Spaces

- Provision of Active Travel Facilities

- EV Charging Points

Accessibility

- Access Ramps

- Accessible Facilities

CAF Train Fleet Introduction

- Stop Car Markers

II.2.5) Award criteria

Criteria below:

Quality criterion: Qualitative Questions Responses / Weighting: 60%

Price / Weighting:  40%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2nr optional 12 month extensions

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Lot No: 4

II.2.1) Title

Pan Wales Station Information and Security Systems Projects

II.2.2) Additional CPV code(s)

45234100

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Provision of SISS works to Rail Stations across the Wales and Borders Rail Infrastructure as part of the TfW Rail Limited.

Works include, but are not limited to:

CCTV Renewal / Upgrades

Public Address System Renewal Upgrades

Customer Information System Renewal / Upgrades

II.2.5) Award criteria

Criteria below:

Quality criterion: Response to Qualitative Questions / Weighting: 60%

Price / Weighting:  40%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2nr options 12 month extensions.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Lot No: 5

II.2.1) Title

CVL Structure Interventions

II.2.2) Additional CPV code(s)

45234100

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Provision of works to existing structures across the Core Valley Lines. Structures in question require remedial works to facilitate track re-doubling, line speed increases or other works.

Works to be delivered via this lot include but are not limited to:

Condition Surveys of Structures where Track Re-Doubling, Line-Speed Increases or other works to establish integrity of structure.

Option Selection Report for Remedial Work to Structures Outline and Detailed Design for Structures

Implementation Works to Rectify Structures:

- Steelwork Repairs

- Grit Blasting

- Painting

- Waterproofing

- Concrete Repairs

- Bearing Repair and Replacement

- Pier and Abutment Repairs (blockwork, brickwork and concrete)

- Oher Repairs to Lineside Structures

- Extension / Repairs to Undertrack Culverts

- Associated Ancillary and Temporary Works (scaffolding, encapsulation, boat rescue).

- Customer Information System Renewal / Upgrades

II.2.5) Award criteria

Criteria below:

Quality criterion: Response to Qualitative Questions / Weighting: 60%

Price / Weighting:  40%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2nr optional 12 month extensions

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Lot No: 6

II.2.1) Title

CVL Major Station Works

II.2.2) Additional CPV code(s)

45234100

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Provision of new rail stations, expansion of existing stations and refurbishment of existing stations.

Works include, but are not limited to:

Provision of New Stations (excluding trackwork):

- Enabling Works and Site Clearance

- New Platforms and Ramps

- New Station Facilities (fittings, furniture, E&P Alterations, SISS, IT, Barriers and the like).

Expansion / Refurbishment of Existing Stations:

- Enabling Works and Site Clearance

- New Platforms and Ramps

- New Station Facilities (fittings, furniture, E&P Alterations, SISS, IT, Barriers and the like).

- Minor Building Works and Re-Purposing of Structures

II.2.5) Award criteria

Criteria below:

Quality criterion: Response to Qualitative Questions / Weighting: 60%

Price / Weighting:  40%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2nr optional 12 month extensions.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Lot No: 7

II.2.1) Title

TfW Infrastructure Owner Works

II.2.2) Additional CPV code(s)

45234100

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Provision of renewals works to the Wales and Border rail infrastructure as part of the Infrastructure Owner obligations.

Works include, but are not limited to:

Infrastructure Manager Renewals (remedial and replacement) Works to Ensure the Operation of the Infrastructure. Works are required for:

- Structures

- Earthworks and Drainage

- Track

- Access Point and Road Rail Access Points

- Fencing

- Buildings and Property

- Vegetation Management

II.2.5) Award criteria

Criteria below:

Quality criterion: Responses to Qualitative Questions / Weighting: 60%

Price / Weighting:  40%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2n optional 12 month extensions.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

N/A

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 21

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 23/03/2022

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 23/03/2022

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic payment will be used

VI.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=118657.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.gov.wales) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Schedule 7 of Framework Agreement places obligations on suppliers regarding Community Benefits and the Well-being of Future Generations Act.

(WA Ref:118657)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

16/02/2022

Coding

Commodity categories

ID Title Parent category
45234100 Railway construction works Construction work for railways and cable transport systems

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

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.

Document family

Notice details
Publication date:
18 February 2022
Deadline date:
13 May 2022 00:00
Notice type:
02 Contract Notice
Authority name:
Transport for Wales Rail Limited
Publication date:
21 March 2022
Notice type:
14 Corrigendum
Authority name:
Transport for Wales Rail Limited
Publication date:
11 April 2022
Notice type:
14 Corrigendum
Authority name:
Transport for Wales Rail Limited
Publication date:
25 April 2022
Notice type:
14 Corrigendum
Authority name:
Transport for Wales Rail Limited
Publication date:
03 May 2022
Notice type:
14 Corrigendum
Authority name:
Transport for Wales Rail Limited

About the buyer

Main contact:
TFW.Procurement@tfwrail.wales
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
04/03/2022 11:15
ADDED FILE: Standard Reference Designs
Car Stop Marker Drawings
04/03/2022 11:25
ADDED FILE: Standard Reference Designs
Telecoms Drawings
04/03/2022 11:33
REPLACED FILE: Civils
Civils Drawings
04/03/2022 11:45
ADDED FILE: Standard Reference Designs
Telecoms Drawings
14/03/2022 14:40
ADDED FILE: Volume 3 - Appendix G - Compliance Statement
Volume 3 - Appendix G - Compliance Statement
16/03/2022 07:44
Notice date(s) changed
IV.2.2) Time limit
Old date: 23/03/2022 12:00
New date: 08/04/2022 12:00

IV.2.7) Conditions for opening of tenders
Old date: 23/03/2022 12:00
New date: 08/04/2022 12:00

Extension of time
21/03/2022 16:01
ADDED FILE: Volume 5 Framework Agreement
Volume 5 - Framework Agreement
22/03/2022 15:20
TQs
Hi,
Further to the EOT for the tender submission date we have been trying to extend the TQ deadline date in S2W. Unfortunately Sell2Wales does not have the functionality to extend the TQ deadline after it has lapsed.
Therefore, TQs will need to be managed via e-mail on the same basis set out in Volume 1 of the ITT.

Please submit any TQs to les@osrcommercial.co.uk.

We confirm that the revised TQ submission date is 4th April 2022.
23/03/2022 09:45
ADDED FILE: Station Toolkit
Station Toolkit
25/03/2022 09:35
TQ Response
TQ: We have received design documents for Car Stop Markers but we haven’t identified any corresponding section in the pricing document, please clarify if we are to price and where these prices are to be included in our submission.

TQ: We have received design documents below for Telecoms but we haven’t identified any corresponding section in the pricing document, please clarify if we are to price and where these prices are to be included in our submission.

Response: Where the is no price per Unit of Measure (UOM) within the price list for the relevant drawings, these works will be priced at call off stage using the people and staff rates within the Price List.
28/03/2022 07:45
TQ Response
TQ: Please confirm whether we are permitted to use different colored headings within responses, in order to differentiate sections of our response.

A: No. Please use the template provided as is.
04/04/2022 10:10
TQ Responses + EOT
Hi all,
Please note financial year end has impacted internal resource.
TQs received are being reviewed and responses will be issued ASAP.

Due to financial year end an EOT will be given and communicated shortly
06/04/2022 09:51
Notice date(s) changed
IV.2.2) Time limit
Old date: 08/04/2022 12:00
New date: 22/04/2022 12:00

IV.2.7) Conditions for opening of tenders
Old date: 08/04/2022 12:00
New date: 22/04/2022 12:00

EOT
20/04/2022 10:34
Notice date(s) changed
IV.2.2) Time limit
Old date: 22/04/2022 12:00
New date: 29/04/2022 12:00

IV.2.7) Conditions for opening of tenders
Old date: 22/04/2022 12:00
New date: 29/04/2022 12:00

EOT due to Easter break.
28/04/2022 07:21
Notice date(s) changed
IV.2.2) Time limit
Old date: 29/04/2022 12:00
New date: 06/05/2022 12:00

IV.2.7) Conditions for opening of tenders
Old date: 29/04/2022 12:00
New date: 06/05/2022 12:00

EOT to allow for TQ responses.
01/05/2022 09:23
ADDED FILE: Non-CVL Short Contracts
Non-CVL Short Contracts missing from original upload.
01/05/2022 09:50
ADDED FILE: Revised Framework Agreement
Framework with revisions to Schedule 2 - 1.5 and Schedule 4 2.2.1 & 2.2.2.
02/05/2022 08:49
ADDED FILE: Lot Selection Document
Lot Selection Document
02/05/2022 10:20
ADDED FILE: TQ Log
TQ Log
02/05/2022 10:21
ADDED FILE: Revised Price List
Revised Price List to reflect TQ responses
04/05/2022 17:50
Notice date(s) changed
IV.2.2) Time limit
Old date: 06/05/2022 12:00
New date: 13/05/2022 12:00

IV.2.7) Conditions for opening of tenders
Old date: 06/05/2022 12:00
New date: 13/05/2022 12:00

EOT due to revised price list
04/05/2022 17:50
Notice date(s) changed
IV.2.2) Time limit
Old date: 13/05/2022 12:00
New date: 13/05/2022 12:00

IV.2.7) Conditions for opening of tenders
Old date: 13/05/2022 12:00
New date: 13/05/2022 12:00

EOT due to revised price list

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

docx
docx260.15 MB
This file may not be accessible.
xlsx
xlsx308.33 KB
This file may not be accessible.
docx
docx320.58 KB
This file may not be accessible.
docx
docx15.04 KB
This file may not be accessible.
docx
docx460.58 KB
This file may not be accessible.
docx
docx525.19 KB
This file may not be accessible.
xlsx
xlsx19.66 KB
This file may not be accessible.
zip
zip101.65 MB
This file may not be accessible.
pdf
pdf22.31 MB
This file may not be accessible.
xlsx
xlsx321.97 KB
This file may not be accessible.
zip
zip1.59 MB
This file may not be accessible.
xlsx
xlsx10.20 KB
This file may not be accessible.
docx
docx260.12 MB
This file may not be accessible.
zip
zip141.51 MB
This file may not be accessible.
zip
zip2.84 MB
This file may not be accessible.

Replaced documents

zip
141.51 MB

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.