Notice Information
Notice Title
CVL Transformation - Package 03 Power Distribution, Switching and Commissioning - ITT
Notice Description
Introduction:Balfour Beatty Rail Ltd is looking for proposals for carrying out telecomms survey works using GPS equipment across the Core Valley Lines infrastructure. Photos and a comprehensive survey report will be required.Brief scope as follows:Survey of Telecoms Trough route; GPS coordinates and offset from track at 50m intervals. Photos/identify route type.GPS location and offsets of all Stakka Box Locations (approx. 30no. in phase A and 65no. in Phase B).GPS locations of UTX/URX used by Telecoms cable.We would also like the subcontractors to provide safety critical staff (ie. PIC/COSS) for the works if they have the capabilities.Phase A needs doing ASAP, Phase B once its nearer completion approx. July time.Below are the phases and which mileages on each route sections need to be covered:Phase AMER: 23m29ch - 24m38ch CAMTHT: 22m61ch - 23m54ch THTRHY: 21m41ch - 23m51ch CARR2P/ABD: 4m37ch CAM - 22m33ch VONQS: 0m63ch - 1m27ch CAMPhase BMER: 16m 25ch - 23m29ch CAM (Maybe included in Phase A works as this area is completed)THT: 13m5.5ch CAM - 22m61ch THTRHY: 0m63ch CAM - 21m41ch CARRHY cont: 3m38ch CAR - 2m53ch CRYQSS: 1m24ch - 5m26ch CAMCTL: 172m29ch SWM2 - 4m36ch RADSWM2: 172m29ch SWM2 - 0m63ch CAMMore 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.The minimum pre-qualification requirements for this tender exercise are as follows:- RISQS - appropriate approved competencies for survey works.- Constructionline - associate membership.- Dun & Bradstreet credit check - maximum financial risk rating which is acceptable is 'moderate'.- Up-to-date employer's liability, public liability and professional indemnity insurance policies.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=131049. 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:131049)Relates to the following project/programme financed by EU Community Funds: Information can be provided upon request.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-kuma6s-131049
- Publication Source
- Sell2Wales
- Latest Notice
- https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=131049
- 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
- £50,000 Under £100K
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 17 Jul 20232 years ago
- Submission Deadline
- 5 May 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 25 Apr 20232 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- BALFOUR BEATTY RAIL
- Contact Name
- Daniel Quirolo
- Contact Email
- daniel.quirolo@balfourbeatty.com
- Contact Phone
- +44 7546413206
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-131049-2023-07-17T11:48:37Z",
"date": "2023-07-17T11:48:37Z",
"ocid": "ocds-kuma6s-131049",
"initiationType": "tender",
"parties": [
{
"id": "org-1",
"name": "Balfour Beatty Rail",
"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 7546413206",
"url": "https://www.balfourbeatty.com/expertise/rail-engineering/"
},
"roles": [
"buyer"
]
},
{
"id": "org-2",
"name": "Geo_Info Ltd",
"address": {
"streetAddress": "Office 37, Building 24 Stradey Park Business Centre, Mwrwg Road,",
"locality": "Llanelli",
"postalCode": "SA148YP"
},
"contactPoint": {
"email": "tenders@geo-info.info"
},
"roles": [
"supplier"
]
},
{
"id": "org-3",
"name": "Sep Rail Services",
"address": {
"streetAddress": "Unit 5B, Hattersley Court,",
"locality": "Ormskirk",
"postalCode": "L392AY"
},
"contactPoint": {
"email": "joel.bland@seprail.co.uk"
},
"roles": [
"tenderer"
]
},
{
"id": "org-4",
"name": "Pro Rail Services Ltd",
"address": {
"streetAddress": "2-4 Little Ridge,",
"locality": "Welwyn Garden City",
"postalCode": "AL72BH"
},
"contactPoint": {
"email": "eamonn@prorailservices.co.uk"
},
"roles": [
"tenderer"
]
}
],
"buyer": {
"name": "Balfour Beatty Rail",
"id": "org-1"
},
"tender": {
"id": "ocds-kuma6s-131049-tender-131049",
"title": "CVL Transformation - Package 03 Power Distribution, Switching and Commissioning - ITT",
"description": "Introduction:Balfour Beatty Rail Ltd is looking for proposals for carrying out telecomms survey works using GPS equipment across the Core Valley Lines infrastructure. Photos and a comprehensive survey report will be required.Brief scope as follows:Survey of Telecoms Trough route; GPS coordinates and offset from track at 50m intervals. Photos/identify route type.GPS location and offsets of all Stakka Box Locations (approx. 30no. in phase A and 65no. in Phase B).GPS locations of UTX/URX used by Telecoms cable.We would also like the subcontractors to provide safety critical staff (ie. PIC/COSS) for the works if they have the capabilities.Phase A needs doing ASAP, Phase B once its nearer completion approx. July time.Below are the phases and which mileages on each route sections need to be covered:Phase AMER: 23m29ch - 24m38ch CAMTHT: 22m61ch - 23m54ch THTRHY: 21m41ch - 23m51ch CARR2P/ABD: 4m37ch CAM - 22m33ch VONQS: 0m63ch - 1m27ch CAMPhase BMER: 16m 25ch - 23m29ch CAM (Maybe included in Phase A works as this area is completed)THT: 13m5.5ch CAM - 22m61ch THTRHY: 0m63ch CAM - 21m41ch CARRHY cont: 3m38ch CAR - 2m53ch CRYQSS: 1m24ch - 5m26ch CAMCTL: 172m29ch SWM2 - 4m36ch RADSWM2: 172m29ch SWM2 - 0m63ch CAMMore 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.The minimum pre-qualification requirements for this tender exercise are as follows:- RISQS - appropriate approved competencies for survey works.- Constructionline - associate membership.- Dun & Bradstreet credit check - maximum financial risk rating which is acceptable is 'moderate'.- Up-to-date employer's liability, public liability and professional indemnity insurance policies.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=131049. 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:131049)Relates to the following project/programme financed by EU Community Funds: Information can be provided upon request.",
"mainProcurementCategory": "works",
"tenderPeriod": {
"endDate": "2023-05-05T16:00:00Z"
},
"awardPeriod": {
"endDate": "2023-06-02T00:00:00Z"
},
"documents": [
{
"id": "doc-obtain"
}
],
"additionalClassifications": [
{
"id": "61",
"description": "Transport For Wales - Core Valley Lines",
"scheme": "CPV"
}
]
},
"awards": [
{
"id": "ocds-kuma6s-131049-award-131049-1",
"title": "Telecomms Surveys",
"date": "2023-04-25T00:00:00Z"
},
{
"id": "ocds-kuma6s-131049-award-133262-1",
"value": {
"amount": 50000
},
"suppliers": [
{
"id": "org-2",
"name": "Geo_Info Ltd"
}
]
}
],
"noticetype": "S2W Notice - Sub Contract Award",
"contracts": [
{
"id": "ocds-kuma6s-131049-contract-133262-1",
"awardID": "awd-1",
"title": "Telecomms Surveys",
"description": "Introduction:Balfour Beatty Rail Ltd is looking for proposals for carrying out telecomms survey works using GPS equipment across the Core Valley Lines infrastructure. Photos and a comprehensive survey report will be required.Brief scope as follows:Survey of Telecoms Trough route; GPS coordinates and offset from track at 50m intervals. Photos/identify route type.GPS location and offsets of all Stakka Box Locations (approx. 30no. in phase A and 65no. in Phase B).GPS locations of UTX/URX used by Telecoms cable.We would also like the subcontractors to provide safety critical staff (ie. PIC/COSS) for the works if they have the capabilities.Phase A needs doing ASAP, Phase B once its nearer completion approx. July time.Below are the phases and which mileages on each route sections need to be covered:Phase AMER: 23m29ch - 24m38ch CAMTHT: 22m61ch - 23m54ch THTRHY: 21m41ch - 23m51ch CARR2P/ABD: 4m37ch CAM - 22m33ch VONQS: 0m63ch - 1m27ch CAMPhase BMER: 16m 25ch - 23m29ch CAM (Maybe included in Phase A works as this area is completed)THT: 13m5.5ch CAM - 22m61ch THTRHY: 0m63ch CAM - 21m41ch CARRHY cont: 3m38ch CAR - 2m53ch CRYQSS: 1m24ch - 5m26ch CAMCTL: 172m29ch SWM2 - 4m36ch RADSWM2: 172m29ch SWM2 - 0m63ch CAMMore 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.The minimum pre-qualification requirements for this tender exercise are as follows:- RISQS - appropriate approved competencies for survey works.- Constructionline - associate membership.- Dun & Bradstreet credit check - maximum financial risk rating which is acceptable is 'moderate'.- Up-to-date employer's liability, public liability and professional indemnity insurance policies.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."
}
]
}