Award

CVL Transformation - Package 03 Power Distribution, Switching and Commissioning - ITT

BALFOUR BEATTY RAIL LTD

This public procurement record has 2 releases in its history.

Contract

28 Sep 2022 at 13:57

Contract

27 May 2022 at 09:29

Summary of the contracting process

The Balfour Beatty Rail Ltd is currently conducting a procurement process for the provision of HV Jointing, Termination, and Testing services for the Core Valley Lines project. The procurement stage involves Pre-qualification Requirements and Invitation to Tender (ITT) with a deadline for tender submissions by June 13, 2022. The buying organisation is located in Pontypridd, and the industry category is works. The contract title is "HV Jointing, Termination, and Testing (CVL-00154)." The stakeholders involved include Balfour Beatty Rail Ltd as the buyer and various suppliers and tenderers.

This tender opportunity by Balfour Beatty Rail Ltd for HV Jointing, Termination, and Testing services presents a chance for businesses in the works industry to compete and secure a subcontracting role in the Core Valley Lines project. Companies with expertise in HV jointing, testing, and termination services, along with appropriate competencies and financial stability, are well-suited to participate. The ITT stage involves submitting responses via the Jaggaer portal mechanism. For more details and participation, interested parties can visit the Sell2Wales website.

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 03 Power Distribution, Switching and Commissioning - ITT

Notice Description

Scope:Balfour Beatty Rail Ltd requires proposals for the provision of HV Jointing, Termination, and Testing services for the project Core Valley Lines. Balfour Beatty Rail Ltd will be looking to appoint one subcontractor to deliver these works over a 12-month period.Tender submissions will be evaluated based on the following criteria:> Schedule of Rates.> Demonstrate competency and capability.> Demonstrate capacity.> Adherence to either BBRL or NEC3 form of contract.> Sustainability credentials.More detail will be provided in the Jaggaer tender pack.Stage 1 - Pre-qualification Requirements:Subcontractors 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 HV Jointing, Termination, and Testing 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=121720. 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:121720)Relates to the following project/programme financed by EU Community Funds: Submit a request for more details if required.

Publication & Lifecycle

Open Contracting ID
ocds-kuma6s-121720
Publication Source
Sell2Wales
Latest Notice
https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=121720
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
S2W Notice - Sub Contract Award
Procurement Type
Standard
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
£750,000 £500K-£1M
Contracts Value
Not specified

Notice Dates

Publication Date
28 Sep 20223 years ago
Submission Deadline
13 Jun 2022Expired
Future Notice Date
Not specified
Award Date
27 May 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 LTD
Contact Name
Daniel Quirolo
Contact Email
daniel.quirolo@balfourbeatty.com
Contact Phone
+44 7980904426

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
2
Supplier Names

BCM CONSTRUCTION

GREENWAY RAIL & POWER (PREVIOUSLY SOLARIS SUPPORT 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-121720-2022-09-28T13:57:19Z",
    "date": "2022-09-28T13:57:19Z",
    "ocid": "ocds-kuma6s-121720",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-1",
            "name": "Balfour Beatty Rail Ltd",
            "address": {
                "streetAddress": "Procurement , 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 7980904426",
                "url": "https://www.balfourbeatty.com/expertise/rail-engineering/"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "org-2",
            "name": "Bcm Construction",
            "address": {
                "streetAddress": "164 Westminster Bridge Road,",
                "locality": "London",
                "postalCode": "SE17RW"
            },
            "contactPoint": {
                "email": "tendering@bcmconstruction.co.uk"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "org-3",
            "name": "Greenway Rail & Power (Previously Solaris Support Services)",
            "address": {
                "streetAddress": "Church Close, Church Lane, Great Brickhill,",
                "locality": "Milton Keynes",
                "postalCode": "MK179AE"
            },
            "contactPoint": {
                "email": "david@greenwayrp.co.uk"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "org-4",
            "name": "Instrument & Control Services Ltd",
            "address": {
                "streetAddress": "Unit 2, Westlake Trading Estate, Canal Lane,",
                "locality": "Stoke-On-Trent",
                "postalCode": "ST64NZ"
            },
            "contactPoint": {
                "email": "lee.dickson@icsluk.com"
            },
            "roles": [
                "tenderer"
            ]
        }
    ],
    "buyer": {
        "name": "Balfour Beatty Rail Ltd",
        "id": "org-1"
    },
    "tender": {
        "id": "ocds-kuma6s-121720-tender-121720",
        "title": "CVL Transformation - Package 03 Power Distribution, Switching and Commissioning - ITT",
        "description": "Scope:Balfour Beatty Rail Ltd requires proposals for the provision of HV Jointing, Termination, and Testing services for the project Core Valley Lines. Balfour Beatty Rail Ltd will be looking to appoint one subcontractor to deliver these works over a 12-month period.Tender submissions will be evaluated based on the following criteria:> Schedule of Rates.> Demonstrate competency and capability.> Demonstrate capacity.> Adherence to either BBRL or NEC3 form of contract.> Sustainability credentials.More detail will be provided in the Jaggaer tender pack.Stage 1 - Pre-qualification Requirements:Subcontractors 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 HV Jointing, Termination, and Testing 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=121720. 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:121720)Relates to the following project/programme financed by EU Community Funds: Submit a request for more details if required.",
        "mainProcurementCategory": "works",
        "tenderPeriod": {
            "endDate": "2022-06-13T16:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2022-08-12T00:00:00Z"
        },
        "documents": [
            {
                "id": "doc-obtain"
            }
        ],
        "additionalClassifications": [
            {
                "id": "61",
                "description": "Transport For Wales - Core Valley Lines",
                "scheme": "CPV"
            }
        ]
    },
    "awards": [
        {
            "id": "ocds-kuma6s-121720-award-121720-1",
            "title": "HV Jointing, Termination and Testing (CVL-00154)",
            "date": "2022-05-27T00:00:00Z"
        },
        {
            "id": "ocds-kuma6s-121720-award-125144-1",
            "value": {
                "amount": 750000
            },
            "suppliers": [
                {
                    "id": "org-2",
                    "name": "Bcm Construction"
                }
            ]
        },
        {
            "id": "ocds-kuma6s-121720-award-125144-2",
            "value": {
                "amount": 750000
            },
            "suppliers": [
                {
                    "id": "org-3",
                    "name": "Greenway Rail & Power (Previously Solaris Support Services)"
                }
            ]
        }
    ],
    "noticetype": "S2W Notice - Sub Contract Award",
    "contracts": [
        {
            "id": "ocds-kuma6s-121720-contract-125144-1",
            "awardID": "awd-1",
            "title": "HV Jointing, Termination and Testing (CVL-00154)",
            "description": "Scope:Balfour Beatty Rail Ltd requires proposals for the provision of HV Jointing, Termination, and Testing services for the project Core Valley Lines. Balfour Beatty Rail Ltd will be looking to appoint one subcontractor to deliver these works over a 12-month period.Tender submissions will be evaluated based on the following criteria:> Schedule of Rates.> Demonstrate competency and capability.> Demonstrate capacity.> Adherence to either BBRL or NEC3 form of contract.> Sustainability credentials.More detail will be provided in the Jaggaer tender pack.Stage 1 - Pre-qualification Requirements:Subcontractors 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 HV Jointing, Termination, and Testing 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."
        }
    ]
}