Section one: Contracting authority
one.1) Name and addresses
Transport for Wales
3 Llys Cadwyn, Taff Street
Pontypridd
CF37 4TH
Contact
Leanne Millard
Telephone
+44 2921673434
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA50685
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
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
Troughing and Minor Line Side Civils Works
Reference number
C000261.00
two.1.2) Main CPV code
- 45234100 - Railway construction works
two.1.3) Type of contract
Works
two.1.4) Short description
This Framework seeks to appoint a maximum of four suppliers to undertake troughing and minor/ancillary line side civils work across the Wales and Borders rail network as required and appropriate. The main works will be associated with the Core Valley Lines (CVL) but may also be on any Wales and Borders rail network project as appropriate.
The work to be procured under this framework includes but is not limited to:
- Site surveys and inspections
- Ground level troughing installation and cable pulling.
- Post-based elevated troughing installation.
- Trough signage, electrical warning signage.
- Removal and moving of existing troughing routes and cables.
- Installation of concrete hard standings and switching platforms for OLE.
- Minor vegetation clearance
- Clearance of ballast from existing trough chambers.
- Provision of qualified critical safety staff to ensure regulatory compliance.
- Installation and maintenance of RRAPs
- Installation of site compounds
- Minor fencing works
- Culverts and retaining walls
- Trial holes and service investigation
- Other minor civils works consistent with the scope of this framework.
Suppliers are to be aware that Amey Infrastructure Wales (AIW) may also utilise this Framework.
two.1.5) Estimated total value
Value excluding VAT: £15,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34621200 - Railway maintenance or service vehicles
- 45234114 - Railway embankment construction work
- 50225000 - Railway-track maintenance services
- 45234116 - Track construction works
- 32521000 - Telecommunications cable
- 45200000 - Works for complete or part construction and civil engineering work
- 34946000 - Railway-track construction materials and supplies
- 45234100 - Railway construction works
- 71311230 - Railway engineering services
- 34632200 - Electrical signalling equipment for railways
- 34632000 - Railways traffic-control equipment
- 34632300 - Electrical installations for railways
- 34946100 - Railway-track construction materials
- 34946120 - Railway materials
- 34992000 - Signs and illuminated signs
- 35262000 - Crossing control signalling equipment
- 45000000 - Construction work
- 45100000 - Site preparation work
- 45112000 - Excavating and earthmoving work
- 45213320 - Construction work for buildings relating to railway transport
- 45221213 - Covered or partially-covered railway excavations
- 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
- 45232200 - Ancillary works for electricity power lines
- 45234000 - Construction work for railways and cable transport systems
- 45234121 - Tramway works
- 45234126 - Tramline construction works
- 45314300 - Installation of cable infrastructure
- 45314310 - Installation of cable laying
- 45340000 - Fencing, railing and safety equipment installation work
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50220000 - Repair, maintenance and associated services related to railways and other equipment
- 71313000 - Environmental engineering consultancy services
- 71313450 - Environmental monitoring for construction
- 77211300 - Tree-clearing services
- 77312000 - Weed-clearance services
- 90700000 - Environmental services
- 79311000 - Survey services
- 45221220 - Culverts
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 Troughing and Minor/Ancillary Lineside Civils Works 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.
The potential work to be procured via this framework includes but is not limited to:
- Site surveys and inspections: dilapidation, condition, and/or capacity verification, rod and rope Under Track Crossings (UTX)/Under Road Crossings (URX) Intrusive and Non-intrusive Surveys
- Ground level troughing installation and cable pulling: interlocking cable route components providing a continuous smooth internal surface; covers and lids shall be a close fit and positively located using registration to prevent inadvertent displacement after installation, for example Concrete C/1/9, C/1/43 or equivalent polymer troughing. Road Rail Vehicles may be used with appropriate size and weighted jacks, hard standing jacks may be used for smaller cable drums.
- Post-based elevated troughing installation: Elevated Glass Reinforced Plastic (GRP) trough system, Network Rail-approved to span 6m between fixing posts.
- Trough signage, electrical warning signage any other signage as necessary.
- Removal of existing troughing routes and cables: isolation procedures to be followed BS7671, Electricity at Work Regulations.
- Lift and shift of existing cables as required: Isolation procedures to be followed BS7671, Electricity at Work Regulations.
- Installation of concrete hard standings and switching platforms for OLE: concrete bases to be cast Distribution Network Operator (DNO), Relocatable Equipment Buildings (REB), Functional Supply Point Cubicles (FSP), Signalling Location Cabinets (LOC); safe access walkways to be constructed using MOT type1 aggregate or similar.
- Minor vegetation clearance: the bulk of vegetation clearance will be done under a separate framework contract, but small localized areas may need to be cleared for the execution of works under this framework. This may include (but is not limited to) removal of small tree stumps, removal of shrubs and foliage, brambles etc with the use of chainsaws and brushcutters.
- Clearance of ballast from existing trough chambers.
- Provision of qualified critical safety staff to ensure regulatory compliance.
- Installation and maintenance of RRAPs
- Installation of site compounds.
- Minor fencing works (there is another framework for major fencing works but repairs or additional small requirements may occur in the delivery of ancillary civils packages).
- Culverts and retaining walls, and repairs/amendments to these.
- Vehicle containment barriers and haul roads
- Reinforced concrete foundations
- Trial holes and service investigation.
- Other minor civils works consistent with the scope of this framework.
These works are required to:
- Enable the successful transformation and electrification of the Lines
- Create troughs for use by Signalling, Earthing & Bonding, HV cabling, LV cabling & Telecoms
- Carry out an additional minor lineside civils work required
The provision of works under this framework also requires:
- Interaction with AIW and IDPs regarding interface of programme to ensure the work subject to this framework is undertaken in time to support AIW and IDP major works delivery
- A close working relationship be established with AIW and IDPs to ensure a high level of co-ordination and working efficiency
- Predominantly night working patterns
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
1 option to extend for up to 12 months
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.1.2) 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
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
Date
30 April 2021
Local time
12:00pm
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
30 April 2021
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 2024
six.2) Information about electronic workflows
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 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 troughing and minor line side civils work 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_46674 and ITT_86246 - Ancillary Civils Work 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. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=108587
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 the technical question within the ITT documentation.
(WA Ref:108587)
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