Award

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

BALFOUR BEATTY RAIL

This public procurement record has 2 releases in its history.

Contract

06 Feb 2024 at 08:11

Contract

27 Apr 2022 at 12:42

Summary of the contracting process

The procurement process for the contract titled SAC is being carried out by Balfour Beatty Rail. This procurement falls under the services category and is located in Pontypridd, with a specific address provided for procurement activities. The procurement stage is currently at the award stage, with the latest key date being the award period ending on July 29, 2022. The contract aims to select a supplier to provide Site Access Control services for a two-year period, with evaluation criteria including schedule of rates, hardware capabilities, competencies, and adherence to specified contract forms.

This tender presents an opportunity for businesses in the rail engineering industry to compete for a significant contract with Balfour Beatty Rail. Companies specialising in rail infrastructure, site access control services, and related technologies would be well-suited to participate. The procurement process involves pre-qualification requirements followed by an invitation to tender stage, culminating in the submission of proposals via Balfour Beatty's designated portal. Interested parties are advised to meet the specified criteria and submit queries exclusively through the portal's mechanism to ensure compliance and eligibility for consideration.

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

ScopeBalfour Beatty Rail Ltd is looking for proposals for Site Access Control (SAC) services to operate across our compounds on Core Valley Lines (CVL) over the next two years.Tender submissions will be evaluated based on the following:> SAC schedule of rates for delivering the services on a call off basis (weekday/weekend day and night shifts).> Hardware and software capabilities.> 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 more information is required.Minimum pre-qualification requirements for this tender exercise are as follows:> RISQS - appropriate approved competencies for site access control 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=120804. 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:120804)Relates to the following project/programme financed by EU Community Funds: More details available upon request.

Publication & Lifecycle

Open Contracting ID
ocds-kuma6s-120804
Publication Source
Sell2Wales
Latest Notice
https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=120804
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
S2W Notice - Sub Contract Award
Procurement Type
Standard
Procurement Category
Services
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
£3,000,000 £1M-£10M
Contracts Value
Not specified

Notice Dates

Publication Date
6 Feb 20242 years ago
Submission Deadline
6 May 2022Expired
Future Notice Date
Not specified
Award Date
27 Apr 20223 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
Contact Name
Perminder Raju
Contact Email
perminder.raju@balfourbeatty.com
Contact Phone
+44 7973494330

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

MACRAIL SYSTEMS

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-120804-2024-02-06T08:11:18Z",
    "date": "2024-02-06T08:11:18Z",
    "ocid": "ocds-kuma6s-120804",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-1",
            "name": "Balfour Beatty Rail",
            "address": {
                "streetAddress": "Procurement, Transport for Wales CVL Infrastructure Depot, Treforest Industrial Estate,",
                "locality": "Pontypridd",
                "postalCode": "CF37 5UT"
            },
            "contactPoint": {
                "name": "Perminder Raju",
                "email": "perminder.raju@balfourbeatty.com",
                "telephone": "+44 7973494330",
                "url": "https://www.balfourbeatty.com/expertise/rail-engineering/"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "org-2",
            "name": "Macrail Systems",
            "address": {
                "streetAddress": "Unit 1 Morston Court, Aisecome Way,",
                "locality": "Weston-Super-Mare",
                "postalCode": "BS228NG"
            },
            "contactPoint": {
                "email": "matthew.caven@macrail.co.uk"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "org-3",
            "name": "Kgj Price (Railway Contractors)",
            "address": {
                "streetAddress": "European Terminal, 22 Pant Glas Ind. Est.,",
                "locality": "Bedwas",
                "postalCode": "CF838DR"
            },
            "contactPoint": {
                "email": "brianevans@kgjprice.co.uk"
            },
            "roles": [
                "tenderer"
            ]
        },
        {
            "id": "org-4",
            "name": "Excell Rail Ltd",
            "address": {
                "streetAddress": "Rear Of Unit 5, Seven Road, Treforest Industrial Estate ,",
                "locality": "Pontypridd",
                "postalCode": "CF375SP"
            },
            "contactPoint": {
                "email": "dan@excellrail.co.uk"
            },
            "roles": [
                "tenderer"
            ]
        },
        {
            "id": "org-5",
            "name": "Chubb Fire & Security Ltd",
            "address": {
                "streetAddress": "Littleton Road, Ashford,",
                "locality": "Middlesex",
                "postalCode": "TW151TZ"
            },
            "contactPoint": {
                "email": "commercial-operations@chubb.co.uk"
            },
            "roles": [
                "tenderer"
            ]
        },
        {
            "id": "org-6",
            "name": "Tusp",
            "address": {
                "streetAddress": "Ground Floor, Unit 7, Highpoint Business Village, Henwood,",
                "locality": "Ashford, Kent",
                "postalCode": "TN248DH"
            },
            "contactPoint": {
                "email": "tenders@tusp.co.uk"
            },
            "roles": [
                "tenderer"
            ]
        },
        {
            "id": "org-7",
            "name": "Detertech Uk Limited",
            "address": {
                "streetAddress": "8 Dow Road, International Aerospace Park,",
                "locality": "Monkton, Prestwick",
                "postalCode": "KA92TU"
            },
            "contactPoint": {
                "email": "enquiry@detertech.com"
            },
            "roles": [
                "tenderer"
            ]
        },
        {
            "id": "org-8",
            "name": "Bridgen Contracting Ltd",
            "address": {
                "streetAddress": "Gwern Y Brain, Llanfair Caereinion,",
                "locality": "Welshpool",
                "postalCode": "SY210DR"
            },
            "contactPoint": {
                "email": "info@BRIDGENCONTRACTING.COM"
            },
            "roles": [
                "tenderer"
            ]
        }
    ],
    "buyer": {
        "name": "Balfour Beatty Rail",
        "id": "org-1"
    },
    "tender": {
        "id": "ocds-kuma6s-120804-tender-120804",
        "title": "CVL Transformation - Package 06B Permanent Way (Non Complex) - ITT",
        "description": "ScopeBalfour Beatty Rail Ltd is looking for proposals for Site Access Control (SAC) services to operate across our compounds on Core Valley Lines (CVL) over the next two years.Tender submissions will be evaluated based on the following:> SAC schedule of rates for delivering the services on a call off basis (weekday/weekend day and night shifts).> Hardware and software capabilities.> 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 more information is required.Minimum pre-qualification requirements for this tender exercise are as follows:> RISQS - appropriate approved competencies for site access control 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=120804. 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:120804)Relates to the following project/programme financed by EU Community Funds: More details available upon request.",
        "mainProcurementCategory": "services",
        "tenderPeriod": {
            "endDate": "2022-05-06T16:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2022-07-29T00:00:00Z"
        },
        "documents": [
            {
                "id": "doc-obtain"
            }
        ],
        "additionalClassifications": [
            {
                "id": "61",
                "description": "Transport For Wales - Core Valley Lines",
                "scheme": "CPV"
            }
        ]
    },
    "awards": [
        {
            "id": "ocds-kuma6s-120804-award-120804-1",
            "title": "SAC",
            "date": "2022-04-27T00:00:00Z"
        },
        {
            "id": "ocds-kuma6s-120804-award-138684-1",
            "value": {
                "amount": 3000000
            },
            "suppliers": [
                {
                    "id": "org-2",
                    "name": "Macrail Systems"
                }
            ]
        }
    ],
    "noticetype": "S2W Notice - Sub Contract Award",
    "contracts": [
        {
            "id": "ocds-kuma6s-120804-contract-138684-1",
            "awardID": "awd-1",
            "title": "SAC",
            "description": "ScopeBalfour Beatty Rail Ltd is looking for proposals for Site Access Control (SAC) services to operate across our compounds on Core Valley Lines (CVL) over the next two years.Tender submissions will be evaluated based on the following:> SAC schedule of rates for delivering the services on a call off basis (weekday/weekend day and night shifts).> Hardware and software capabilities.> 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 more information is required.Minimum pre-qualification requirements for this tender exercise are as follows:> RISQS - appropriate approved competencies for site access control 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."
        }
    ]
}