{
    "tag": [
        "compiled"
    ],
    "id": "ocds-kuma6s-127070-2023-06-26T06:21:18Z",
    "date": "2023-06-26T06:21:18Z",
    "ocid": "ocds-kuma6s-127070",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-1",
            "name": "Balfour Beatty Rail Ltd",
            "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 7980904426",
                "url": "https://www.balfourbeatty.com/expertise/rail-engineering/"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "org-2",
            "name": "Railway Electrical Services Ltd",
            "address": {
                "streetAddress": "Hallam Fields Road,",
                "locality": "Ilkeston",
                "postalCode": "DE74AZ"
            },
            "contactPoint": {
                "email": "a-dunnachie@rail-elec.co.uk"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "org-3",
            "name": "Linbrooke Services",
            "address": {
                "streetAddress": "Unit 3-4, Sheffield 35A Business Park, Churchill Way,",
                "locality": "Sheffield",
                "postalCode": "S352PY"
            },
            "contactPoint": {
                "email": "tenders@linbrooke.co.uk"
            },
            "roles": [
                "tenderer"
            ]
        },
        {
            "id": "org-4",
            "name": "Kelly Rail",
            "address": {
                "streetAddress": "Kelly House, Fourth Way,",
                "locality": "Wembley",
                "postalCode": "ha90lh"
            },
            "contactPoint": {
                "email": "estimating@kelly.co.uk"
            },
            "roles": [
                "tenderer"
            ]
        },
        {
            "id": "org-5",
            "name": "Amaro Signalling Limited",
            "address": {
                "streetAddress": "Unit J2, Knights Park Industrial Estate, Knight Road,",
                "locality": "Rochester",
                "postalCode": "ME22LS"
            },
            "contactPoint": {
                "email": "enquiries@amarogroup.co.uk"
            },
            "roles": [
                "tenderer"
            ]
        },
        {
            "id": "org-6",
            "name": "Emeg Group Ltd",
            "address": {
                "streetAddress": "2-3 Dunston Place, Dunston Road,",
                "locality": "Chesterfield",
                "postalCode": "S418NL"
            },
            "contactPoint": {
                "email": "jasonm@emeg.co.uk"
            },
            "roles": [
                "tenderer"
            ]
        }
    ],
    "buyer": {
        "name": "Balfour Beatty Rail Ltd",
        "id": "org-1"
    },
    "tender": {
        "id": "ocds-kuma6s-127070-tender-127070",
        "title": "CVL Transformation - Package 03 Power Distribution, Switching and Commissioning - ITT",
        "description": "Scope:Balfour Beatty Rail Ltd is looking for proposals for Design Validation, Supply, Install and Testing for Junction Lighting Systems across the Core Valley Lines infrastructure.The project start date is provisionally scheduled for January 2023 with the expectation of completion towards the end of 2024.Locations that need to be priced and delivered are as follows:> Pontypridd South Junction> Radyr South Junction> Pontypridd North Junction> Abercynon North Junction> Treherbert Junction> Taffs Well JunctionTender submissions will be evaluated based on the following:> Demonstrate competency and capability> Demonstrate Capacity> Relevant industry accreditations> Adherence to either BBRL or NEC3 form of contract> Sustainability credentialsMuch more detail will be provided in the tender pack (scope and drawings).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 installation services.> 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=127070. 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:127070)Relates to the following project/programme financed by EU Community Funds: Details can be provided upon request.",
        "mainProcurementCategory": "works",
        "tenderPeriod": {
            "endDate": "2022-12-09T16:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2023-01-20T00:00:00Z"
        },
        "documents": [
            {
                "id": "doc-obtain"
            }
        ],
        "additionalClassifications": [
            {
                "id": "61",
                "description": "Transport For Wales - Core Valley Lines",
                "scheme": "CPV"
            }
        ]
    },
    "awards": [
        {
            "id": "ocds-kuma6s-127070-award-127070-1",
            "title": "Junction Lighting (CVL-00175)",
            "date": "2022-11-30T00:00:00Z"
        },
        {
            "id": "ocds-kuma6s-127070-award-132623-1",
            "value": {
                "amount": 500000
            },
            "suppliers": [
                {
                    "id": "org-2",
                    "name": "Railway Electrical Services Ltd"
                }
            ]
        }
    ],
    "noticetype": "S2W Notice - Sub Contract Award",
    "contracts": [
        {
            "id": "ocds-kuma6s-127070-contract-132623-1",
            "awardID": "awd-1",
            "title": "Junction Lighting (CVL-00175)",
            "description": "Scope:Balfour Beatty Rail Ltd is looking for proposals for Design Validation, Supply, Install and Testing for Junction Lighting Systems across the Core Valley Lines infrastructure.The project start date is provisionally scheduled for January 2023 with the expectation of completion towards the end of 2024.Locations that need to be priced and delivered are as follows:> Pontypridd South Junction> Radyr South Junction> Pontypridd North Junction> Abercynon North Junction> Treherbert Junction> Taffs Well JunctionTender submissions will be evaluated based on the following:> Demonstrate competency and capability> Demonstrate Capacity> Relevant industry accreditations> Adherence to either BBRL or NEC3 form of contract> Sustainability credentialsMuch more detail will be provided in the tender pack (scope and drawings).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 installation services.> 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."
        }
    ]
}