Tender

Transport for Wales Rail Canton Depot Mk4 Infrastrucuture Works

  • Transport for Wales Rail Limited (Utility Buyer)

F05: Contract notice – utilities

Notice identifier: 2022/S 000-020077

Procurement identifier (OCID): ocds-h6vhtk-035515

Published 25 July 2022, 8:51am



Section one: Contracting entity

one.1) Name and addresses

Transport for Wales Rail Limited (Utility Buyer)

3 Llys Cadwyn, Pontypridd

Rhondda Cynon Taf

CF37 4TH

Contact

Paul M. Peters

Email

paulmpeters@omniaprocurement.onmicrosoft.com

Telephone

+44 7941365603

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://www.tfwrail.wales

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA80566

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://www.sell2wales.gov.wales

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.sell2wales.gov.wales

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://www.sell2wales.gov.wales

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Transport for Wales Rail Canton Depot Mk4 Infrastrucuture Works

two.1.2) Main CPV code

  • 71311230 - Railway engineering services

two.1.3) Type of contract

Services

two.1.4) Short description

TfWR plan to extend the operations of Mk4 services from Cardiff. This will require Cardiff Canton Trains Maintenance Depot, one of the main depots used to stable and maintain the Mk4 fleet to be modified with the infrastructure works.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71311230 - Railway engineering services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Cardiff Canton Train Maintenance Depot

two.2.4) Description of the procurement

Required Infrastructure Works for Cardiff Canton Train Maintenance Depot

In order to deliver the increased Mk4 operations an increase to the capacity of fuelling roads 19 and 20 will be required. The nature of the modifications to achieve this are the design, manufacture, installation and commissioning of the following:

- New Track Crossing;

- Controlled Emission Tanks (CETs);

- Potable and Non-Potable Water Points;

- New Drainage;

- Canopy Extension;

- New Stop Sign; and

- Optional Fuel Point.

Timeline

The works will need to be completed and in an unrestricted operational state by 12th December 2022.

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

12

This contract is subject to renewal

No

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

Must be able to comply with all laws, applicable standards and have the licences, competency and ability to perform the requirements of this tender.

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.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

Must be able to comply with all laws, applicable standards and have the licences, competency and ability to perform the requirements of this tender.

three.1.6) Deposits and guarantees required

Not Applicable

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

To be proposed by supplier in proposal.

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Must be able to comply with all laws, applicable standards and have the licences, competency and ability to perform the requirements of this tender.

three.2.2) Contract performance conditions

Please refer to procurement documentation.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

12 August 2022

Local time

5:00pm

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

English

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

Tender must be valid until: 30 December 2022

four.2.7) Conditions for opening of tenders

Date

12 August 2022

Local time

12:00pm

Place

Online - Electronic Submissions

Information about authorised persons and opening procedure

Paul M. Peters

Hannah Noyce

Clare James


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

Please see procurement documentation.

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=123401.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(WA Ref:123401)

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