Award

Earthing and Bonding

TRANSPORT FOR WALES

This public procurement record has 3 releases in its history.

Award

28 Jul 2022 at 09:47

Tender

21 Mar 2022 at 10:18

TenderUpdate

21 Mar 2022 at 10:18

Summary of the contracting process

The procurement process for the "Earthing and Bonding" project is being carried out by Transport for Wales, based in Pontypridd, UK. This project is categorised under construction work for railways and cable transport systems and is currently at the tender stage. The deadline for tender submissions has been extended to 31 March 2022. This open procurement method allows multiple suppliers to participate, with the framework aiming to establish a maximum of four contractors to deliver essential electrical safety works across the Core Valley Lines.

This tender presents a significant opportunity for businesses engaged in electrical installations and construction, particularly those experienced with railway infrastructure. Suitable competitors may include large construction firms and SMEs specialising in electrical signalling and railway works. With an estimated contract value of £12 million, businesses can leverage this project to expand their operations in the rail sector and establish strong partnerships with Transport for Wales and other associated contractors.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Earthing and Bonding

Notice 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.

Lot Information

Lot 1

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

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

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0319dc
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/020582-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

45 - Construction work

50 - Repair and maintenance services


CPV Codes

34632200 - Electrical signalling equipment for railways

34632300 - Electrical installations for railways

34946000 - Railway-track construction materials and supplies

34946100 - Railway-track construction materials

45234000 - Construction work for railways and cable transport systems

45234100 - Railway construction works

45234115 - Railway signalling works

50225000 - Railway-track maintenance services

Notice Value(s)

Tender Value
£12,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£12,000,000 £10M-£100M

Notice Dates

Publication Date
28 Jul 20223 years ago
Submission Deadline
24 Mar 2022Expired
Future Notice Date
Not specified
Award Date
27 Jul 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
if further procurement of these works are required the anticipated date will be 2025

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
TRANSPORT FOR WALES
Contact Name
Leanne Millard
Contact Email
procurement@tfw.wales
Contact Phone
+44 2921673434

Buyer Location

Locality
PONTYPRIDD
Postcode
CF37 4TH
Post Town
Cardiff
Country
Wales

Major Region (ITL 1)
TLL Wales
Basic Region (ITL 2)
TLL5 South East Wales
Small Region (ITL 3)
TLL51 Central Valleys and Bridgend
Delivery Location
Not specified

Local Authority
Rhondda Cynon Taf
Electoral Ward
Pontypridd Town
Westminster Constituency
Pontypridd

Supplier Information

Number of Suppliers
4
Supplier Names

AMALGAMATED CONSTRUCTION

BALFOUR BEATTY RAIL

BCM CONSTRUCTION

KELTBRAY RAIL

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0319dc-2022-07-28T10:47:25+01:00",
    "date": "2022-07-28T10:47:25+01:00",
    "ocid": "ocds-h6vhtk-0319dc",
    "description": "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. (WA Ref:123544)",
    "initiationType": "tender",
    "tender": {
        "id": "C000488.00",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Earthing and Bonding",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45234000",
            "description": "Construction work for railways and cable transport systems"
        },
        "mainProcurementCategory": "works",
        "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.",
        "value": {
            "amount": 12000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "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",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical and Sustainability",
                            "type": "quality",
                            "description": "55%"
                        },
                        {
                            "type": "price",
                            "description": "45%"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There may be a requirement to undertake this work after the FW expires in 3 years"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34632200",
                        "description": "Electrical signalling equipment for railways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34632300",
                        "description": "Electrical installations for railways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34946000",
                        "description": "Railway-track construction materials and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34946100",
                        "description": "Railway-track construction materials"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45234100",
                        "description": "Railway construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45234115",
                        "description": "Railway signalling works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50225000",
                        "description": "Railway-track maintenance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://etenderwales.bravosolution.co.uk",
        "communication": {
            "atypicalToolUrl": "https://etenderwales.bravosolution.co.uk"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Please refer to ITT tender documentation",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "Please refer to ITT tender documentation",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 4
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-03-24T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en",
                "cy"
            ],
            "bidValidityPeriod": {
                "durationInDays": 1080
            }
        },
        "awardPeriod": {
            "startDate": "2022-03-24T12:00:00Z"
        },
        "bidOpening": {
            "date": "2022-03-24T12:00:00Z"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "if further procurement of these works are required the anticipated date will be 2025"
        },
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2022-03-24T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2022-03-31T12:00:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2022-03-24T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2022-03-31T12:00:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ],
                "description": "at suppliers request"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-4225",
            "name": "Transport for Wales",
            "identifier": {
                "legalName": "Transport for Wales"
            },
            "address": {
                "streetAddress": "3 Llys Cadwyn, Taff Street",
                "locality": "Pontypridd",
                "region": "UKL",
                "postalCode": "CF37 4TH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Leanne Millard",
                "telephone": "+44 2921673434",
                "email": "procurement@tfw.wales",
                "url": "https://etenderwales.bravosolution.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://trc.cymru",
                "buyerProfile": "https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA50685",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Transport related services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-111",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2079477501"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-60064",
            "name": "Balfour Beatty Rail Limited",
            "identifier": {
                "legalName": "Balfour Beatty Rail Limited"
            },
            "address": {
                "streetAddress": "Kingsgate, 62 High Street",
                "locality": "Redhill",
                "region": "UK",
                "postalCode": "RH11SH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7521201951"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-44982",
            "name": "Amalgamated Construction Ltd",
            "identifier": {
                "legalName": "Amalgamated Construction Ltd"
            },
            "address": {
                "streetAddress": "Whaley Road, Barugh",
                "locality": "Barnsley",
                "region": "UK",
                "postalCode": "S751HT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1942405550"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-44981",
            "name": "BCM Construction",
            "identifier": {
                "legalName": "BCM Construction"
            },
            "address": {
                "streetAddress": "164 Westminster Bridge Road",
                "locality": "London",
                "region": "UK",
                "postalCode": "SE17RW",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7500780892"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-60065",
            "name": "Keltbray Rail",
            "identifier": {
                "legalName": "Keltbray Rail"
            },
            "address": {
                "streetAddress": "St. Andrews House, Portsmouth Road",
                "locality": "Esher",
                "region": "UK",
                "postalCode": "KT109TA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7557163344",
                "faxNumber": "+44 1233527201"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-4225",
        "name": "Transport for Wales"
    },
    "language": "en",
    "awards": [
        {
            "id": "020582-2022-C000488.00-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-60064",
                    "name": "Balfour Beatty Rail Limited"
                },
                {
                    "id": "GB-FTS-44982",
                    "name": "Amalgamated Construction Ltd"
                },
                {
                    "id": "GB-FTS-44981",
                    "name": "BCM Construction"
                },
                {
                    "id": "GB-FTS-60065",
                    "name": "Keltbray Rail"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "020582-2022-C000488.00-1",
            "awardID": "020582-2022-C000488.00-1",
            "status": "active",
            "value": {
                "amount": 12000000,
                "currency": "GBP"
            },
            "dateSigned": "2022-07-28T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 9
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 9
            }
        ]
    }
}