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

Earthing and Bonding

  • First published: 22 February 2022
  • Last modified: 21 March 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-118840
Published by:
Transport for Wales
Authority ID:
AA50685
Publication date:
22 February 2022
Deadline date:
31 March 2022
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

This requirement is needed to enable the successful electrification of the Core Valley Lines. E&B will play a key part in ensuring the safety of all personnel working on or near the rail, and of rail service users and customers once the line sections are energised. An effective E&B system will assist in minimising any identified Electromagnetic Compatibility (EMC) issues across an installation. Earthing and Bonding will need to be installed across the route, on all OLE assets, stations, bridges, fences and other metal assets to: - Ensure personal safety for those located on or about the railway, - Provide a safe return path for current in the event of an electrical fault, - Provide a return current path for normal load current; and - Ensure the correct operation of electrical protection systems. CPV: 45234000, 34632200, 34632300, 34946000, 34946100, 45234100, 45234115, 50225000.

Full notice text

Contract notice

Section I: Contracting authority

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.3) Communication

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

https://etenderwales.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk


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://etenderwales.bravosolution.co.uk


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

Earthing and Bonding

Reference number: C000488.00

II.1.2) Main CPV code

45234000

 

II.1.3) Type of contract

Works

II.1.4) Short description

This requirement is needed to enable the successful electrification of the Core Valley Lines. E&B will play a key part in ensuring the safety of all personnel working on or near the rail, and of rail service users and customers once the line sections are energised. An effective E&B system will assist in minimising any identified Electromagnetic Compatibility (EMC) issues across an installation.

Earthing and Bonding will need to be installed across the route, on all OLE assets, stations, bridges, fences and other metal assets to:

- Ensure personal safety for those located on or about the railway,

- Provide a safe return path for current in the event of an electrical fault,

- Provide a return current path for normal load current; and

- Ensure the correct operation of electrical protection systems.

II.1.5) Estimated total value

Value excluding VAT: 12 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

34632200

34632300

34946000

34946100

45234100

45234115

50225000

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 Earthing and Boding 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.

Should the need arise for this work outside of CVL, the Buyer and their subsidiaries reserve the right to utilise this framework for works appropriate to the scope within this framework as long as value for money can be demonstrated. For the avoidance of doubt this may include similar works on alternative lines and locations not within the CVL.

The potential work to be procured via this framework covers E&B works at various locations including:

- Signalling power supplies (FSP)

- Points heating

- Telecoms equipment

- Traction bonding

- Junction lighting

- OCS motorized switches

- Signalling structures & trackside equipment

- Stations

- Depots

- DNO cubicles

- Bridges and other metal/steel structures

- Metal/steel fencing

- Arbitrary metal/steel trackside enclosures

- Third party assets outside the WCB and CVL -Boundaries

- Metal / Steel Handrails

- IBJ’s / IRJ’s

- Sidings

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical and Sustainability / Weighting: 55%

Price / Weighting:  45%

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

There may be a requirement to undertake this work after the FW expires in 3 years

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: No

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:

Please refer to ITT tender documentation

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

III.2.2) Contract performance conditions

Please refer to ITT tender documentation

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: 4

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: 24/03/2022

Local time: 12:00

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

EN

CY

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

Duration in months: 36 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 24/03/2022

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

if further procurement of these works are required the anticipated date will be 2025

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

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 and TfW Subsidiaries 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 Earthing and Bonding Works 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_49783 and ITT_93254- Earthing and Bonding 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.

NOTE: The authority is using eTenderwales to carry out this procurement process.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=118840

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:

Please refer to ITT tender documentation

(WA Ref:118840)

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

22/02/2022

Coding

Commodity categories

ID Title Parent category
45234000 Construction work for railways and cable transport systems Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
34632300 Electrical installations for railways Railways traffic-control equipment
34632200 Electrical signalling equipment for railways Railways traffic-control equipment
45234100 Railway construction works Construction work for railways and cable transport systems
45234115 Railway signalling works Construction work for railways and cable transport systems
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
85 Transport for Wales Sell2Wales Projects

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
100 UK - All
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:
22 February 2022
Deadline date:
31 March 2022 00:00
Notice type:
02 Contract Notice
Authority name:
Transport for Wales
Publication date:
21 March 2022
Notice type:
14 Corrigendum
Authority name:
Transport for Wales
Publication date:
28 July 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
21/03/2022 09:31
Notice date(s) changed
IV.2.2) Time limit
Old date: 24/03/2022 12:00
New date: 31/03/2022 12:00

IV.2.7) Conditions for opening of tenders
Old date: 24/03/2022 12:00
New date: 31/03/2022 12:00

at suppliers request

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.