Award

CVL Transformation - Package 06A Permanent Way (Complex) - ITT

BALFOUR BEATTY RAIL LTD

This public procurement record has 4 releases in its history.

Contract

17 Feb 2023 at 19:22

Contract

17 Feb 2023 at 19:20

Contract

17 Feb 2023 at 19:17

Contract

09 Jun 2022 at 08:53

Summary of the contracting process

The procurement process for the "Permanent Way Complex and Non-Complex (CVL-00155)" involves Balfour Beatty Rail Ltd as the buying organization located in Pontypridd. The industry category is works, and the procurement stage includes pre-qualification requirements and invitation to tender. The deadline for tender submissions is June 24, 2022.

This tender presents business growth opportunities for subcontractors with expertise in rail engineering and works projects. Businesses capable of delivering Track Loops, Line Speed Improvements, and Drainage works would be well-suited to compete. The procurement method involves a two-stage process including pre-qualification and invitation to tender, with submissions required via the Jaggaer portal.

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 06A Permanent Way (Complex) - ITT

Notice Description

Scope:Balfour Beatty Rail Ltd is looking to subcontract elements of the PWAY Package 6 delivery program over the next two years for project 'Core Valley Lines'. Proposals will be required for delivering Track Loops, Track Lowers, Line Speed Improvements, Road Rail Access Points, Waterproofing, Drainage, and various other PWAYS works.Balfour Beatty Rail Ltd will be looking to appoint two or three subcontractors under one framework agreement.Tender submissions will be evaluated based on the following criteria:> Demonstrate competency and capability.> Demonstrate capacity.> Adherence to either BBRL or NEC3 form of contract.> Sustainability credentials.> Model Projects Costs.> Schedule of Rates / Schedule of Cost Components.BBRL Main Assumptions:> BBRL to supply design and scope.> BBRL to provide site access.> BBRL to provide welfare facilities.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 to tender for this package of works are as follows:> Constructionline - associate membership.> Dun & Bradstreet credit check - minimum financial risk rating to qualify for tendering is a 'moderate' overall business risk rating.> RISQS - appropriate approved competencies for PWAY works.Please do not express interest in this procurement package 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=122020. 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:122020)Relates to the following project/programme financed by EU Community Funds: Additional information is available upon request.

Publication & Lifecycle

Open Contracting ID
ocds-kuma6s-122020
Publication Source
Sell2Wales
Latest Notice
https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=122020
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
£500,000 £500K-£1M
Contracts Value
Not specified

Notice Dates

Publication Date
17 Feb 20233 years ago
Submission Deadline
24 Jun 2022Expired
Future Notice Date
Not specified
Award Date
9 Jun 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
1
Supplier Name

PRO 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-122020-2023-02-17T19:22:06Z",
    "date": "2023-02-17T19:22:06Z",
    "ocid": "ocds-kuma6s-122020",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-2",
            "name": "Pro Rail Services Ltd",
            "address": {
                "streetAddress": "2-4 Little Ridge,",
                "locality": "Welwyn Garden City",
                "postalCode": "AL72BH"
            },
            "contactPoint": {
                "email": "eamonn@prorailservices.co.uk",
                "telephone": "+44 7980904426",
                "url": "https://www.balfourbeatty.com/expertise/rail-engineering/"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "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-3",
            "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"
            ]
        }
    ],
    "buyer": {
        "name": "Balfour Beatty Rail Ltd",
        "id": "org-1"
    },
    "tender": {
        "id": "ocds-kuma6s-122020-tender-122020",
        "title": "CVL Transformation - Package 06A Permanent Way (Complex) - ITT",
        "description": "Scope:Balfour Beatty Rail Ltd is looking to subcontract elements of the PWAY Package 6 delivery program over the next two years for project 'Core Valley Lines'. Proposals will be required for delivering Track Loops, Track Lowers, Line Speed Improvements, Road Rail Access Points, Waterproofing, Drainage, and various other PWAYS works.Balfour Beatty Rail Ltd will be looking to appoint two or three subcontractors under one framework agreement.Tender submissions will be evaluated based on the following criteria:> Demonstrate competency and capability.> Demonstrate capacity.> Adherence to either BBRL or NEC3 form of contract.> Sustainability credentials.> Model Projects Costs.> Schedule of Rates / Schedule of Cost Components.BBRL Main Assumptions:> BBRL to supply design and scope.> BBRL to provide site access.> BBRL to provide welfare facilities.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 to tender for this package of works are as follows:> Constructionline - associate membership.> Dun & Bradstreet credit check - minimum financial risk rating to qualify for tendering is a 'moderate' overall business risk rating.> RISQS - appropriate approved competencies for PWAY works.Please do not express interest in this procurement package 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=122020. 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:122020)Relates to the following project/programme financed by EU Community Funds: Additional information is available upon request.",
        "mainProcurementCategory": "works",
        "tenderPeriod": {
            "endDate": "2022-06-24T16:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2022-09-02T00:00:00Z"
        },
        "documents": [
            {
                "id": "doc-obtain"
            }
        ],
        "additionalClassifications": [
            {
                "id": "61",
                "description": "Transport For Wales - Core Valley Lines",
                "scheme": "CPV"
            }
        ]
    },
    "awards": [
        {
            "id": "ocds-kuma6s-122020-award-122020-2",
            "title": "Permanent Way Complex and Non-Complex (CVL-00155)",
            "date": "2022-06-09T00:00:00Z"
        },
        {
            "id": "ocds-kuma6s-122020-award-129272-3",
            "value": {
                "amount": 500000
            },
            "suppliers": [
                {
                    "id": "org-2",
                    "name": "Pro Rail Services Ltd"
                }
            ]
        },
        {
            "id": "ocds-kuma6s-122020-award-129273-2",
            "value": {
                "amount": 500000
            },
            "suppliers": [
                {
                    "id": "org-2",
                    "name": "Pro Rail Services Ltd"
                }
            ]
        },
        {
            "id": "ocds-kuma6s-122020-award-129271-1",
            "value": {
                "amount": 500000
            },
            "suppliers": [
                {
                    "id": "org-2",
                    "name": "Pro Rail Services Ltd"
                }
            ]
        }
    ],
    "noticetype": "S2W Notice - Sub Contract Award",
    "contracts": [
        {
            "id": "ocds-kuma6s-122020-contract-129272-3",
            "awardID": "awd-1",
            "title": "Permanent Way Complex and Non-Complex (CVL-00155)",
            "description": "Scope:Balfour Beatty Rail Ltd is looking to subcontract elements of the PWAY Package 6 delivery program over the next two years for project 'Core Valley Lines'. Proposals will be required for delivering Track Loops, Track Lowers, Line Speed Improvements, Road Rail Access Points, Waterproofing, Drainage, and various other PWAYS works.Balfour Beatty Rail Ltd will be looking to appoint two or three subcontractors under one framework agreement.Tender submissions will be evaluated based on the following criteria:> Demonstrate competency and capability.> Demonstrate capacity.> Adherence to either BBRL or NEC3 form of contract.> Sustainability credentials.> Model Projects Costs.> Schedule of Rates / Schedule of Cost Components.BBRL Main Assumptions:> BBRL to supply design and scope.> BBRL to provide site access.> BBRL to provide welfare facilities.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 to tender for this package of works are as follows:> Constructionline - associate membership.> Dun & Bradstreet credit check - minimum financial risk rating to qualify for tendering is a 'moderate' overall business risk rating.> RISQS - appropriate approved competencies for PWAY works.Please do not express interest in this procurement package 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."
        },
        {
            "id": "ocds-kuma6s-122020-contract-129273-2",
            "awardID": "awd-1",
            "title": "Permanent Way Complex and Non-Complex (CVL-00155)",
            "description": "Scope:Balfour Beatty Rail Ltd is looking to subcontract elements of the PWAY Package 6 delivery program over the next two years for project 'Core Valley Lines'. Proposals will be required for delivering Track Loops, Track Lowers, Line Speed Improvements, Road Rail Access Points, Waterproofing, Drainage, and various other PWAYS works.Balfour Beatty Rail Ltd will be looking to appoint two or three subcontractors under one framework agreement.Tender submissions will be evaluated based on the following criteria:> Demonstrate competency and capability.> Demonstrate capacity.> Adherence to either BBRL or NEC3 form of contract.> Sustainability credentials.> Model Projects Costs.> Schedule of Rates / Schedule of Cost Components.BBRL Main Assumptions:> BBRL to supply design and scope.> BBRL to provide site access.> BBRL to provide welfare facilities.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 to tender for this package of works are as follows:> Constructionline - associate membership.> Dun & Bradstreet credit check - minimum financial risk rating to qualify for tendering is a 'moderate' overall business risk rating.> RISQS - appropriate approved competencies for PWAY works.Please do not express interest in this procurement package 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."
        },
        {
            "id": "ocds-kuma6s-122020-contract-129271-1",
            "awardID": "awd-1",
            "title": "Permanent Way Complex and Non-Complex (CVL-00155)",
            "description": "Scope:Balfour Beatty Rail Ltd is looking to subcontract elements of the PWAY Package 6 delivery program over the next two years for project 'Core Valley Lines'. Proposals will be required for delivering Track Loops, Track Lowers, Line Speed Improvements, Road Rail Access Points, Waterproofing, Drainage, and various other PWAYS works.Balfour Beatty Rail Ltd will be looking to appoint two or three subcontractors under one framework agreement.Tender submissions will be evaluated based on the following criteria:> Demonstrate competency and capability.> Demonstrate capacity.> Adherence to either BBRL or NEC3 form of contract.> Sustainability credentials.> Model Projects Costs.> Schedule of Rates / Schedule of Cost Components.BBRL Main Assumptions:> BBRL to supply design and scope.> BBRL to provide site access.> BBRL to provide welfare facilities.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 to tender for this package of works are as follows:> Constructionline - associate membership.> Dun & Bradstreet credit check - minimum financial risk rating to qualify for tendering is a 'moderate' overall business risk rating.> RISQS - appropriate approved competencies for PWAY works.Please do not express interest in this procurement package 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."
        }
    ]
}