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