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

08 Aug 2022 at 06:39

Contract

17 Dec 2021 at 12:19

Summary of the contracting process

The procurement process, initiated by Balfour Beatty Rail Ltd at their Transport for Wales CVL Infrastructure Depot located in Pontypridd, focuses on the S&C Procurement Exercise (CVL-00063). This tender falls under the goods category, specifically within the rail industry, and seeks to establish a preferred supplier for switch and crossing (S&C) requirements for the Core Valley Lines project over the next 2-3 years. The pre-qualification requirements are stringent, with a deadline for submissions on 7th January 2022. The awarded contract is valued at £5,000,000, as confirmed on 17th December 2021, marking it as a significant opportunity within the procurement stage of contract award.

This tender presents substantial opportunities for businesses specialising in rail infrastructure and related services to establish long-term partnerships. Companies that possess the requisite capabilities for switch and crossing manufacturing, alongside sustainability credentials and good financial standings, would be particularly well-suited to compete. The process not only favours established firms with relevant industry experience but also encourages collaboration from businesses that meet the pre-qualification criteria set by Balfour Beatty, potentially paving the way for growth in the competitive public procurement landscape.

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 has been awarded the contract to supply and install the S&C requirements on project Core Valley Lines for the next 2-3years. As a result, Balfour Beatty Rail is looking to conduct a benchmarking exercise to determine which supplier can offer value for money. Following the results of the benchmarking exercise Balfour Beatty will propose that 1 supplier gets preferred supplier status for all S&C requirements on Core Valley Lines. This will need client approval pending the recommendation report.Tender submissions will be evaluated based on the following:> Capability and competency question sets.> Manufacturing philosophies, policies, and accreditations.> Sustainability credentials.> Adherence to BBRL form of contract.> BoQ rates.This list is not exhaustive.Stage 1 - Pre-qualification RequirementsSuppliers who express interest shall be subject to meeting Balfour Beatty Rail Ltd pre-qualification criteria for this procurement exercise. The pre-qualification process will be conducted offline, and suppliers will be contacted directly if any information is required.Minimum pre-qualification requirements for this tender exercise are as follows:> Dun & Bradstreet credit check - maximum financial risk rating which is acceptable is 'moderate'.>Constructionline - associate membership.>RISQS - appropriate approved competencies for S&C manufacturing.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 suppliers will be contacted directly and invited to tender with further instructions. Suppliers 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=116936. 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. 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:116936)Relates to the following project/programme financed by EU Community Funds: More detail can be provided upon request.

Publication & Lifecycle

Open Contracting ID
ocds-kuma6s-116936
Publication Source
Sell2Wales
Latest Notice
https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=116936
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
S2W Notice - Sub Contract Award
Procurement Type
Standard
Procurement Category
Goods
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
£5,000,000 £1M-£10M
Contracts Value
Not specified

Notice Dates

Publication Date
8 Aug 20223 years ago
Submission Deadline
7 Jan 2022Expired
Future Notice Date
Not specified
Award Date
17 Dec 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

PROGRESS RAIL SERVICES

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-116936-2022-08-08T06:39:06Z",
    "date": "2022-08-08T06:39:06Z",
    "ocid": "ocds-kuma6s-116936",
    "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": "Progress Rail Services Uk",
            "address": {
                "streetAddress": "Osmaston Street, Sandiacre,",
                "locality": "Nottingham",
                "postalCode": "NG105AN"
            },
            "contactPoint": {
                "email": "hadaykin@progressrail.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "org-3",
            "name": "Vossloh Cogifer Uk Ltd",
            "address": {
                "streetAddress": "80A Scotter Road,",
                "locality": "Scunthorpe",
                "postalCode": "DN158EF"
            },
            "contactPoint": {
                "email": "nicola.clements@vossloh.com"
            },
            "roles": [
                "tenderer"
            ]
        }
    ],
    "buyer": {
        "name": "Balfour Beatty Rail Ltd - Transport for Wales CVL Infrastructure Depot",
        "id": "org-1"
    },
    "tender": {
        "id": "ocds-kuma6s-116936-tender-116936",
        "title": "CVL Transformation - Package 06B Permanent Way (Non Complex) - ITT",
        "description": "Scope:Balfour Beatty Rail has been awarded the contract to supply and install the S&C requirements on project Core Valley Lines for the next 2-3years. As a result, Balfour Beatty Rail is looking to conduct a benchmarking exercise to determine which supplier can offer value for money. Following the results of the benchmarking exercise Balfour Beatty will propose that 1 supplier gets preferred supplier status for all S&C requirements on Core Valley Lines. This will need client approval pending the recommendation report.Tender submissions will be evaluated based on the following:> Capability and competency question sets.> Manufacturing philosophies, policies, and accreditations.> Sustainability credentials.> Adherence to BBRL form of contract.> BoQ rates.This list is not exhaustive.Stage 1 - Pre-qualification RequirementsSuppliers who express interest shall be subject to meeting Balfour Beatty Rail Ltd pre-qualification criteria for this procurement exercise. The pre-qualification process will be conducted offline, and suppliers will be contacted directly if any information is required.Minimum pre-qualification requirements for this tender exercise are as follows:> Dun & Bradstreet credit check - maximum financial risk rating which is acceptable is 'moderate'.>Constructionline - associate membership.>RISQS - appropriate approved competencies for S&C manufacturing.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 suppliers will be contacted directly and invited to tender with further instructions. Suppliers 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=116936. 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. 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:116936)Relates to the following project/programme financed by EU Community Funds: More detail can be provided upon request.",
        "mainProcurementCategory": "goods",
        "submissionMethodDetails": "Completed documents should be returned through the Sell2Wales post box facility. Please record your interest in the notice to submit a response.",
        "tenderPeriod": {
            "endDate": "2022-01-07T16:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2022-04-22T00:00:00Z"
        },
        "documents": [
            {
                "id": "doc-obtain"
            }
        ],
        "additionalClassifications": [
            {
                "id": "61",
                "description": "Transport For Wales - Core Valley Lines",
                "scheme": "CPV"
            }
        ]
    },
    "awards": [
        {
            "id": "ocds-kuma6s-116936-award-116936-1",
            "title": "S&C Procurement Exercise (CVL-00063)",
            "date": "2021-12-17T00:00:00Z"
        },
        {
            "id": "ocds-kuma6s-116936-award-123813-1",
            "value": {
                "amount": 5000000
            },
            "suppliers": [
                {
                    "id": "org-2",
                    "name": "Progress Rail Services Uk"
                }
            ]
        }
    ],
    "noticetype": "S2W Notice - Sub Contract Award",
    "contracts": [
        {
            "id": "ocds-kuma6s-116936-contract-123813-1",
            "awardID": "awd-1",
            "title": "S&C Procurement Exercise (CVL-00063)",
            "description": "Scope:Balfour Beatty Rail has been awarded the contract to supply and install the S&C requirements on project Core Valley Lines for the next 2-3years. As a result, Balfour Beatty Rail is looking to conduct a benchmarking exercise to determine which supplier can offer value for money. Following the results of the benchmarking exercise Balfour Beatty will propose that 1 supplier gets preferred supplier status for all S&C requirements on Core Valley Lines. This will need client approval pending the recommendation report.Tender submissions will be evaluated based on the following:> Capability and competency question sets.> Manufacturing philosophies, policies, and accreditations.> Sustainability credentials.> Adherence to BBRL form of contract.> BoQ rates.This list is not exhaustive.Stage 1 - Pre-qualification RequirementsSuppliers who express interest shall be subject to meeting Balfour Beatty Rail Ltd pre-qualification criteria for this procurement exercise. The pre-qualification process will be conducted offline, and suppliers will be contacted directly if any information is required.Minimum pre-qualification requirements for this tender exercise are as follows:> Dun & Bradstreet credit check - maximum financial risk rating which is acceptable is 'moderate'.>Constructionline - associate membership.>RISQS - appropriate approved competencies for S&C manufacturing.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 suppliers will be contacted directly and invited to tender with further instructions. Suppliers 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."
        }
    ]
}