Award

CVL Transformation - Package 06B Permanent Way (Non Complex) - ITT

BALFOUR BEATTY RAIL LTD - TRANSPORT FOR WALES CVL INFRASTRUCTURE DEPOT

This public procurement record has 2 releases in its history.

Contract

27 Apr 2022 at 09:32

Contract

26 Nov 2021 at 08:51

Summary of the contracting process

Balfour Beatty Rail Ltd - Transport for Wales CVL Infrastructure Depot is conducting a procurement process for the "Spoil Inert Framework" under a tender initiative related to the construction and engineering sector. The contact address is located at Treforest Industrial Estate, Pontypridd (CF37 5UT). Currently, the procurement is in the Award stage, with the award decision made on 26th November 2021. The overall value of the contract is £1,000,000, and the framework agreement is set to provide de-vegetation services across the Core Valley Lines Infrastructure for a three-year period.

This procurement opportunity presents significant potential for businesses looking to expand within the construction and civil engineering fields, particularly those with competencies in de-vegetation and associated services. Companies with relevant expertise and the ability to demonstrate compliance with pre-qualification standards, such as RISQS approval and Constructionline membership, would be well-positioned to compete. With sustainability credentials and capacity to operate on a flexible call-off basis, interested businesses could leverage this opportunity to establish long-term relationships in infrastructure projects across Wales.

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

CVL Transformation - Package 06B Permanent Way (Non Complex) - ITT

Notice Description

Scope:Balfour Beatty Rail Ltd is looking for proposals for de-vegetation services to operate across the Core Valley Lines Infrastructure over the next three years under a framework agreement.Tender submissions will be evaluated based on the following:> Framework rates for de-vegetation services on a call off basis (weekday/weekend day and night shifts).> Demonstrate competency and capability.> Demonstrate Capacity.> Adherence to either BBRL or NEC3 form of contract.> Sustainability credentials.More detail will be provided in the tender pack.Stage 1 - Pre-qualification RequirementsSubcontractors who express interest shall be subject to meeting Balfour Beatty Rail Ltd pre-qualification criteria for this package of works. The pre-qualification process will be conducted offline, and subcontractors will be contacted directly if any information is required.Minimum pre-qualification requirements for this tender exercise are as follows:> RISQS - appropriate approved competencies for spoil inert services.> Constructionline - associate membership.> Dun & Bradstreet credit check - maximum financial risk rating which is acceptable is 'moderate'.Please do not express interest if you do not meet these minimum requirements.Stage 2 - Invitation to tender (ITT)Once stage 1 has been completed all subcontractors will be contacted directly and invited to tender with further instructions. Subcontractors who were unsuccessful during stage 1 will also be contacted directly.Tender documents shall be issued to those who qualify via Balfour Beatty's tendering portal 'Jaggaer'. Access to the portal will be provided after the ITT letters have been released, agreed and tasks completed.Responses, including any tender queries must be submitted via the Jaggaer portal mechanism only.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=116210. Request for further information should be submitted through the Questions and Answers function on Sell2Wales. Please record your interest in the notice to submit a question. Please note this is a speculative opportunity. The contractor has not yet won the prime contract and so a sub contract is not guaranteed.Sub-contracting opportunities published on Sell2Wales are business-to-business transactions and are not subject to the normal public sector and EU rules regarding procurement. The Welsh Government does not accept responsibility or liability for the content, evaluation or award of sub-contracting opportunities.(WA Ref:116210)Relates to the following project/programme financed by EU Community Funds: Information can be provided upon request.

Publication & Lifecycle

Open Contracting ID
ocds-kuma6s-116210
Publication Source
Sell2Wales
Latest Notice
https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=116210
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
S2W Notice - Sub Contract Award
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

CPV Codes

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
£1,000,000 £1M-£10M
Contracts Value
Not specified

Notice Dates

Publication Date
27 Apr 20223 years ago
Submission Deadline
10 Dec 2021Expired
Future Notice Date
Not specified
Award Date
26 Nov 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Not Specified
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
BALFOUR BEATTY RAIL LTD - TRANSPORT FOR WALES CVL INFRASTRUCTURE DEPOT
Contact Name
Daniel Quirolo
Contact Email
daniel.quirolo@balfourbeatty.com
Contact Phone
+44 07546413206

Buyer Location

Locality
PONTYPRIDD
Postcode
CF37 5UT
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
Hawthorn and Lower Rhydfelen
Westminster Constituency
Pontypridd

Supplier Information

Number of Suppliers
1
Supplier Name

TOM PRICHARD HOLDINGS

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-kuma6s-116210-2022-04-27T09:32:43Z",
    "date": "2022-04-27T09:32:43Z",
    "ocid": "ocds-kuma6s-116210",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-1",
            "name": "Balfour Beatty Rail Ltd - Transport for Wales CVL Infrastructure Depot",
            "address": {
                "streetAddress": "Procurement - Rail CVL, Transport for Wales CVL Infrastructure Depot, Treforest Industrial Estate,",
                "locality": "Pontypridd",
                "postalCode": "CF37 5UT"
            },
            "contactPoint": {
                "name": "Daniel Quirolo",
                "email": "daniel.quirolo@balfourbeatty.com",
                "telephone": "+44 07546413206",
                "url": "https://www.balfourbeatty.com/expertise/rail-engineering/"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "org-2",
            "name": "Tom Prichard Holdings Ltd",
            "address": {
                "streetAddress": "Tom Prichard Holdings Ltd, Earthmovers House Unit 16 Llantrisant Business Park,",
                "locality": "Pontyclun",
                "postalCode": "CF728LF"
            },
            "contactPoint": {
                "email": "contracts@prichardholdings.co.uk"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "org-3",
            "name": "Ngage Projects",
            "address": {
                "streetAddress": "148 High Street,",
                "locality": "Merthyr Tydfil",
                "postalCode": "CF478DP"
            },
            "contactPoint": {
                "email": "lewis.ayling@ngageprojects.com"
            },
            "roles": [
                "tenderer"
            ]
        },
        {
            "id": "org-4",
            "name": "Ground Control Ltd",
            "address": {
                "streetAddress": "Ground Control Ltd, Kingfisher House, Radofrd Way,",
                "locality": "Billericay",
                "postalCode": "CM120EQ"
            },
            "contactPoint": {
                "email": "clare@ground-control.co.uk"
            },
            "roles": [
                "tenderer"
            ]
        }
    ],
    "buyer": {
        "name": "Balfour Beatty Rail Ltd - Transport for Wales CVL Infrastructure Depot",
        "id": "org-1"
    },
    "tender": {
        "id": "ocds-kuma6s-116210-tender-116210",
        "title": "CVL Transformation - Package 06B Permanent Way (Non Complex) - ITT",
        "description": "Scope:Balfour Beatty Rail Ltd is looking for proposals for de-vegetation services to operate across the Core Valley Lines Infrastructure over the next three years under a framework agreement.Tender submissions will be evaluated based on the following:> Framework rates for de-vegetation services on a call off basis (weekday/weekend day and night shifts).> Demonstrate competency and capability.> Demonstrate Capacity.> Adherence to either BBRL or NEC3 form of contract.> Sustainability credentials.More detail will be provided in the tender pack.Stage 1 - Pre-qualification RequirementsSubcontractors who express interest shall be subject to meeting Balfour Beatty Rail Ltd pre-qualification criteria for this package of works. The pre-qualification process will be conducted offline, and subcontractors will be contacted directly if any information is required.Minimum pre-qualification requirements for this tender exercise are as follows:> RISQS - appropriate approved competencies for spoil inert services.> Constructionline - associate membership.> Dun & Bradstreet credit check - maximum financial risk rating which is acceptable is 'moderate'.Please do not express interest if you do not meet these minimum requirements.Stage 2 - Invitation to tender (ITT)Once stage 1 has been completed all subcontractors will be contacted directly and invited to tender with further instructions. Subcontractors who were unsuccessful during stage 1 will also be contacted directly.Tender documents shall be issued to those who qualify via Balfour Beatty's tendering portal 'Jaggaer'. Access to the portal will be provided after the ITT letters have been released, agreed and tasks completed.Responses, including any tender queries must be submitted via the Jaggaer portal mechanism only.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=116210. Request for further information should be submitted through the Questions and Answers function on Sell2Wales. Please record your interest in the notice to submit a question. Please note this is a speculative opportunity. The contractor has not yet won the prime contract and so a sub contract is not guaranteed.Sub-contracting opportunities published on Sell2Wales are business-to-business transactions and are not subject to the normal public sector and EU rules regarding procurement. The Welsh Government does not accept responsibility or liability for the content, evaluation or award of sub-contracting opportunities.(WA Ref:116210)Relates to the following project/programme financed by EU Community Funds: Information can be provided upon request.",
        "mainProcurementCategory": "works",
        "tenderPeriod": {
            "endDate": "2021-12-10T16:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2022-03-31T00:00:00Z"
        },
        "documents": [
            {
                "id": "doc-obtain"
            }
        ],
        "additionalClassifications": [
            {
                "id": "61",
                "description": "Transport For Wales - Core Valley Lines",
                "scheme": "CPV"
            }
        ]
    },
    "awards": [
        {
            "id": "ocds-kuma6s-116210-award-116210-1",
            "title": "Spoil Inert Framework",
            "date": "2021-11-26T00:00:00Z"
        },
        {
            "id": "ocds-kuma6s-116210-award-120800-1",
            "value": {
                "amount": 1000000
            },
            "suppliers": [
                {
                    "id": "org-2",
                    "name": "Tom Prichard Holdings Ltd"
                }
            ]
        }
    ],
    "noticetype": "S2W Notice - Sub Contract Award",
    "contracts": [
        {
            "id": "ocds-kuma6s-116210-contract-120800-1",
            "awardID": "awd-1",
            "title": "Spoil Inert Framework",
            "description": "Scope:Balfour Beatty Rail Ltd is looking for proposals for de-vegetation services to operate across the Core Valley Lines Infrastructure over the next three years under a framework agreement.Tender submissions will be evaluated based on the following:> Framework rates for de-vegetation services on a call off basis (weekday/weekend day and night shifts).> Demonstrate competency and capability.> Demonstrate Capacity.> Adherence to either BBRL or NEC3 form of contract.> Sustainability credentials.More detail will be provided in the tender pack.Stage 1 - Pre-qualification RequirementsSubcontractors who express interest shall be subject to meeting Balfour Beatty Rail Ltd pre-qualification criteria for this package of works. The pre-qualification process will be conducted offline, and subcontractors will be contacted directly if any information is required.Minimum pre-qualification requirements for this tender exercise are as follows:> RISQS - appropriate approved competencies for spoil inert services.> Constructionline - associate membership.> Dun & Bradstreet credit check - maximum financial risk rating which is acceptable is 'moderate'.Please do not express interest if you do not meet these minimum requirements.Stage 2 - Invitation to tender (ITT)Once stage 1 has been completed all subcontractors will be contacted directly and invited to tender with further instructions. Subcontractors who were unsuccessful during stage 1 will also be contacted directly.Tender documents shall be issued to those who qualify via Balfour Beatty's tendering portal 'Jaggaer'. Access to the portal will be provided after the ITT letters have been released, agreed and tasks completed.Responses, including any tender queries must be submitted via the Jaggaer portal mechanism only."
        }
    ]
}