Opportunity

Earthing and Bonding

  • Transport for Wales

F02: Contract notice

Notice reference: 2022/S 000-004928

Published 22 February 2022, 10:14am



The closing date and time has been changed to:

31 March 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Transport for Wales

3 Llys Cadwyn, Taff Street

Pontypridd

CF37 4TH

Contact

Leanne Millard

Email

procurement@tfw.wales

Telephone

+44 2921673434

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://trc.cymru

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA50685

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etenderwales.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etenderwales.bravosolution.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Transport related services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Earthing and Bonding

Reference number

C000488.00

two.1.2) Main CPV code

  • 45234000 - Construction work for railways and cable transport systems

two.1.3) Type of contract

Works

two.1.4) Short description

This requirement is needed to enable the successful electrification of the Core Valley Lines. E&B will play a key part in ensuring the safety of all personnel working on or near the rail, and of rail service users and customers once the line sections are energised. An effective E&B system will assist in minimising any identified Electromagnetic Compatibility (EMC) issues across an installation.

Earthing and Bonding will need to be installed across the route, on all OLE assets, stations, bridges, fences and other metal assets to:

- Ensure personal safety for those located on or about the railway,

- Provide a safe return path for current in the event of an electrical fault,

- Provide a return current path for normal load current; and

- Ensure the correct operation of electrical protection systems.

two.1.5) Estimated total value

Value excluding VAT: £12,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34632200 - Electrical signalling equipment for railways
  • 34632300 - Electrical installations for railways
  • 34946000 - Railway-track construction materials and supplies
  • 34946100 - Railway-track construction materials
  • 45234100 - Railway construction works
  • 45234115 - Railway signalling works
  • 50225000 - Railway-track maintenance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The purpose of this tender is to identify and appoint competent contractors to undertake works in relation to Earthing and Boding in a live/working rail environment.

This work is required to provide key installations and allow access to the rail for incumbent TfW Infrastructure Delivery Partners (IDPs) to complete their works, and ensure the network is compliant to standards applicable to an electrified railway.

Mini-competition will be utilised as the primary call-off process under this Framework, with a direct award allocation process reserved for urgent requirements only.

Should the need arise for this work outside of CVL, the Buyer and their subsidiaries reserve the right to utilise this framework for works appropriate to the scope within this framework as long as value for money can be demonstrated. For the avoidance of doubt this may include similar works on alternative lines and locations not within the CVL.

The potential work to be procured via this framework covers E&B works at various locations including:

- Signalling power supplies (FSP)

- Points heating

- Telecoms equipment

- Traction bonding

- Junction lighting

- OCS motorized switches

- Signalling structures & trackside equipment

- Stations

- Depots

- DNO cubicles

- Bridges and other metal/steel structures

- Metal/steel fencing

- Arbitrary metal/steel trackside enclosures

- Third party assets outside the WCB and CVL -Boundaries

- Metal / Steel Handrails

- IBJ’s / IRJ’s

- Sidings

two.2.5) Award criteria

Quality criterion - Name: Technical and Sustainability / Weighting: 55%

Price - Weighting: 45%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

There may be a requirement to undertake this work after the FW expires in 3 years

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to ITT tender documentation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to ITT tender documentation


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 4

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

24 March 2022

Local time

12:00pm

Changed to:

Date

31 March 2022

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English, Welsh

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 36 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

24 March 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: if further procurement of these works are required the anticipated date will be 2025

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

TfW has appointed Amey Infrastructure Wales (AIW) as Managing Agent for works that may be sourced via the framework and are supporting TfW in developing and improving the CVL infrastructure and stations.

AIW and TfW Subsidiaries may also utilise the FW for associated works to be carried out on their behalf.

This FW seeks to appoint a maximum of four tenderers to undertake Earthing and Bonding Works on the Core Valley Lines and any other Wales and Borders route projects as appropriate.

Tender documents will be available via EtenderWales

https://etenderwales.bravosolution.co.uk/esop/guest/login.do

Please refer to project_49783 and ITT_93254- Earthing and Bonding to obtain the tender documentation.

Any tenderer queries and responses and any circulars that may be issued during the tender period are to be communicated exclusively via the eTenderWales portal only. All responses will be shared with all tenderers unless the query is deemed confidential or commercially sensitive. Please ensure that any enquiries/clarifications raised via eTenderWales are free of any identifiable information, such as their name or the name of their company.

NOTE: The authority is using eTenderwales to carry out this procurement process.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=118840

The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.gov.wales) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Please refer to ITT tender documentation

(WA Ref:118840)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom