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.

03 Contract Award Notice - Successful Supplier(s)

Troughing and Minor Line Side Civils Works

  • First published: 22 February 2022
  • Last modified: 22 February 2022

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:
ocds-kuma6s-108587
Published by:
Transport for Wales
Authority ID:
AA50685
Publication date:
22 February 2022
Deadline date:
-
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

This Framework seeks to appoint a maximum of four suppliers to undertake troughing and minor/ancillary line side civils work across the Wales and Borders rail network as required and appropriate. The main works will be associated with the Core Valley Lines (CVL) but may also be on any Wales and Borders rail network project as appropriate. The work to be procured under this framework includes but is not limited to: - Site surveys and inspections - Ground level troughing installation and cable pulling. - Post-based elevated troughing installation. - Trough signage, electrical warning signage. - Removal and moving of existing troughing routes and cables. - Installation of concrete hard standings and switching platforms for OLE. - Minor vegetation clearance - Clearance of ballast from existing trough chambers. - Provision of qualified critical safety staff to ensure regulatory compliance. - Installation and maintenance of RRAPs - Installation of site compounds - Minor fencing works - Culverts and retaining walls - Trial holes and service investigation - Other minor civils works consistent with the scope of this framework. Suppliers are to be aware that Amey Infrastructure Wales (AIW) may also utilise this Framework. CPV: 45234100, 34621200, 45234114, 50225000, 45234116, 32521000, 45200000, 34946000, 45234100, 71311230, 34632200, 34632000, 34632300, 34946100, 34946120, 34992000, 35262000, 45000000, 45100000, 45112000, 45213320, 45221213, 45230000, 45232200, 45234000, 45234121, 45234126, 45314300, 45314310, 45340000, 50200000, 50220000, 71313000, 71313450, 77211300, 77312000, 90700000, 79311000, 45221220.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Transport for Wales

3 Llys Cadwyn, Taff Street

Pontypridd

CF37 4TH

UK

Contact person: Leanne Millard

Telephone: +44 2921673434

E-mail: procurement@tfw.wales

NUTS: UKL

Internet address(es)

Main address: http://trc.cymru

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA50685

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Transport related services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Troughing and Minor Line Side Civils Works

Reference number: C000261.00

II.1.2) Main CPV code

45234100

 

II.1.3) Type of contract

Works

II.1.4) Short description

This Framework seeks to appoint a maximum of four suppliers to undertake troughing and minor/ancillary line side civils work across the Wales and Borders rail network as required and appropriate. The main works will be associated with the Core Valley Lines (CVL) but may also be on any Wales and Borders rail network project as appropriate.

The work to be procured under this framework includes but is not limited to:

- Site surveys and inspections

- Ground level troughing installation and cable pulling.

- Post-based elevated troughing installation.

- Trough signage, electrical warning signage.

- Removal and moving of existing troughing routes and cables.

- Installation of concrete hard standings and switching platforms for OLE.

- Minor vegetation clearance

- Clearance of ballast from existing trough chambers.

- Provision of qualified critical safety staff to ensure regulatory compliance.

- Installation and maintenance of RRAPs

- Installation of site compounds

- Minor fencing works

- Culverts and retaining walls

- Trial holes and service investigation

- Other minor civils works consistent with the scope of this framework.

Suppliers are to be aware that Amey Infrastructure Wales (AIW) may also utilise this Framework.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 20 000 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

34621200

45234114

50225000

45234116

32521000

45200000

34946000

45234100

71311230

34632200

34632000

34632300

34946100

34946120

34992000

35262000

45000000

45100000

45112000

45213320

45221213

45230000

45232200

45234000

45234121

45234126

45314300

45314310

45340000

50200000

50220000

71313000

71313450

77211300

77312000

90700000

79311000

45221220

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The purpose of this tender is to identify and appoint competent contractors to undertake works in relation to Troughing and Minor/Ancillary Lineside Civils Works in a live/working rail environment.

This work is required to provide key installations and allow access to the rail for incumbent TfW Infrastructure Delivery Partners (IDPs) to complete their works, and ensure the network is compliant to standards applicable to an electrified railway.

Mini-competition will be utilised as the primary call-off process under this Framework, with a direct award allocation process reserved for urgent requirements only.

The potential work to be procured via this framework includes but is not limited to:

- Site surveys and inspections: dilapidation, condition, and/or capacity verification, rod and rope Under Track Crossings (UTX)/Under Road Crossings (URX) Intrusive and Non-intrusive Surveys

- Ground level troughing installation and cable pulling: interlocking cable route components providing a continuous smooth internal surface; covers and lids shall be a close fit and positively located using registration to prevent inadvertent displacement after installation, for example Concrete C/1/9, C/1/43 or equivalent polymer troughing. Road Rail Vehicles may be used with appropriate size and weighted jacks, hard standing jacks may be used for smaller cable drums.

- Post-based elevated troughing installation: Elevated Glass Reinforced Plastic (GRP) trough system, Network Rail-approved to span 6m between fixing posts.

- Trough signage, electrical warning signage any other signage as necessary.

- Removal of existing troughing routes and cables: isolation procedures to be followed BS7671, Electricity at Work Regulations.

- Lift and shift of existing cables as required: Isolation procedures to be followed BS7671, Electricity at Work Regulations.

- Installation of concrete hard standings and switching platforms for OLE: concrete bases to be cast Distribution Network Operator (DNO), Relocatable Equipment Buildings (REB), Functional Supply Point Cubicles (FSP), Signalling Location Cabinets (LOC); safe access walkways to be constructed using MOT type1 aggregate or similar.

- Minor vegetation clearance: the bulk of vegetation clearance will be done under a separate framework contract, but small localized areas may need to be cleared for the execution of works under this framework. This may include (but is not limited to) removal of small tree stumps, removal of shrubs and foliage, brambles etc with the use of chainsaws and brushcutters.

- Clearance of ballast from existing trough chambers.

- Provision of qualified critical safety staff to ensure regulatory compliance.

- Installation and maintenance of RRAPs

- Installation of site compounds.

- Minor fencing works (there is another framework for major fencing works but repairs or additional small requirements may occur in the delivery of ancillary civils packages).

- Culverts and retaining walls, and repairs/amendments to these.

- Vehicle containment barriers and haul roads

- Reinforced concrete foundations

- Trial holes and service investigation.

- Other minor civils works consistent with the scope of this framework.

These works are required to:

- Enable the successful transformation and electrification of the Lines

- Create troughs for use by Signalling, Earthing & Bonding, HV cabling, LV cabling & Telecoms

- Carry out an additional minor lineside civils work required

The provision of works under this framework also requires:

- Interaction with AIW and IDPs regarding interface of programme to ensure the work subject to this framework is undertaken in time to support AIW and IDP major works delivery

- A close working relationship be established with AIW and IDPs to ensure a high level of co-ordination and working efficiency

- Predominantly night working patterns

II.2.5) Award criteria

Quality criterion: Troughing installation methodology / Weighting: 10%

Quality criterion: Management of site productivity / Weighting: 10%

Quality criterion: Resource Flexibility / Weighting: 5%

Quality criterion: Programme and interface management / Weighting: 10%

Quality criterion: Works identification and efficient use of Railway access / Weighting: 10%

Quality criterion: Commitment to wellbeing of future generations act 2015 / Weighting: 10%

Price / Weighting:  45%

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: No

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

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 000-006246

Section V: Award of contract

Contract No: C000261.00

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

29/07/2021

V.2.2) Information about tenders

Number of tenders received: 18

Number of tenders received from SMEs: 9

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 18

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

DYER & BUTLER LTD

DYER & BUTLER LTD, Osprey Business Park Byng Street

Landore

SA12NX

UK

Telephone: +44 1792465937

Fax: +44 1792466123

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

RSS Infrastructure

Unit 30 Leeway Court, Leeway Industrial Estate

Newport

NP194SJ

UK

Telephone: +44 1213668800

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

BCM Construction

164 Westminster Bridge Road

London

SE17RW

UK

Telephone: +44 7500780892

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Amalgamated Construction Ltd

Whaley Road, Barugh

Barnsley

S751HT

UK

Telephone: +44 1947405550

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 15 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

TfW has appointed Amey Infrastructure Wales (AIW) as Managing Agent for works that may be sourced via the framework and are supporting TfW in developing and improving the CVL infrastructure and stations.

AIW may also utilise the FW for associated works to be carried out on their behalf.

This FW seeks to appoint a maximum of four tenderers to undertake troughing and minor line side civils work on the Core Valley Lines and any other Wales and Borders route projects as appropriate.

Tender documents will be available via EtenderWales

https://etenderwales.bravosolution.co.uk/esop/guest/login.do

Please refer to project_46674 and ITT_86246 - Ancillary Civils Work to obtain the tender documentation.

Any tenderer queries and responses and any circulars that may be issued during the tender period are to be communicated exclusively via the eTenderWales portal only. All responses will be shared with all tenderers unless the query is deemed confidential or commercially sensitive. Please ensure that any enquiries/clarifications raised via eTenderWales are free of any identifiable information, such as their name or the name of their company.

(WA Ref:112827)

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

22/02/2022

Coding

Commodity categories

ID Title Parent category
45232200 Ancillary works for electricity power lines Ancillary works for pipelines and cables
45000000 Construction work Construction and Real Estate
45213320 Construction work for buildings relating to railway transport Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork Works for complete or part construction and civil engineering work
45234000 Construction work for railways and cable transport systems Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45221213 Covered or partially-covered railway excavations Construction work for bridges and tunnels, shafts and subways
35262000 Crossing control signalling equipment Police signs
45221220 Culverts Construction work for bridges and tunnels, shafts and subways
34632300 Electrical installations for railways Railways traffic-control equipment
34632200 Electrical signalling equipment for railways Railways traffic-control equipment
71313000 Environmental engineering consultancy services Consultative engineering and construction services
71313450 Environmental monitoring for construction Environmental engineering consultancy services
90700000 Environmental services Sewage, refuse, cleaning and environmental services
45112000 Excavating and earthmoving work Building demolition and wrecking work and earthmoving work
45340000 Fencing, railing and safety equipment installation work Building installation work
45314300 Installation of cable infrastructure Installation of telecommunications equipment
45314310 Installation of cable laying Installation of telecommunications equipment
45234100 Railway construction works Construction work for railways and cable transport systems
45234114 Railway embankment construction work Construction work for railways and cable transport systems
71311230 Railway engineering services Civil engineering consultancy services
34621200 Railway maintenance or service vehicles Railway maintenance or service vehicles, and railway freight wagons
34946120 Railway materials Railway-track construction materials and supplies
34632000 Railways traffic-control equipment Parts of railway or tramway locomotives or rolling stock; railways traffic-control equipment
34946100 Railway-track construction materials Railway-track construction materials and supplies
34946000 Railway-track construction materials and supplies Railway equipment
50225000 Railway-track maintenance services Repair, maintenance and associated services related to railways and other equipment
50200000 Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Repair and maintenance services
50220000 Repair, maintenance and associated services related to railways and other equipment Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
34992000 Signs and illuminated signs Control, safety, signalling and light equipment
45100000 Site preparation work Construction work
79311000 Survey services Market research services
32521000 Telecommunications cable Telecommunications cable and equipment
45234116 Track construction works Construction work for railways and cable transport systems
45234126 Tramline construction works Construction work for railways and cable transport systems
45234121 Tramway works Construction work for railways and cable transport systems
77211300 Tree-clearing services Services incidental to logging
77312000 Weed-clearance services Planting and maintenance services of green areas
45200000 Works for complete or part construction and civil engineering work Construction work

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:
26 March 2021
Deadline date:
30 April 2021 00:00
Notice type:
02 Contract Notice
Authority name:
Transport for Wales
Publication date:
22 February 2022
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Transport for Wales

About the buyer

Main contact:
procurement@tfw.wales
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.