Section I: Contracting authority
I.1)Name and addresses
Official name: Transport for Wales
Postal address: 3 Llys Cadwyn
Town: Pontypridd
NUTS code: UKL Wales
Postal code: CF37 4TH
Country: United Kingdom
Contact person: Tamara Evans
E-mail: Procurement@tfw.wales
Telephone: +44 2921673434
Internet address(es):
Main address: http://tfw.gov.wales
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA50685
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Other activity: Transport related activities
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
TfW — Substations with Contained Gas Insulated Switchgear
II.1.2)Main CPV code
31600000 Electrical equipment and apparatus
II.1.3)Type of contract
Supplies
II.1.4)Short description:
TfW has awarded a supply contract to Siemens Mobility for the purchase of Side entry 8DA11 CGIS (Contained Gas Insulated Switchgear). TfW identified that it needed to ensure that the side entry 8DA11 CGIS is purchased in line with PADS approvals and do so in a manner that is achievable within capital and revenue budget and programme.
II.1.6)Information about lots
This contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 4 500 000.00 GBP
II.2)Description
II.2.2)Additional CPV code(s)
31000000 Electrical machinery, apparatus, equipment and consumables; lighting
31210000 Electrical apparatus for switching or protecting electrical circuits
31600000 Electrical equipment and apparatus
31682540 Substation equipment
45232220 Substation construction work
45234170 Locomotive-substations construction works
II.2.3)Place of performance
NUTS code: UKL15 Central Valleys
NUTS code: UKL16 Gwent Valleys
NUTS code: UKL17 Bridgend and Neath Port Talbot
NUTS code: UKL2 East Wales
NUTS code: UKL22 Cardiff and Vale of Glamorgan
Main site or place of performance:
South East Wales Core Valley Railway Lines.
II.2.4)Description of the procurement:
TfW has awarded a supply contract to Siemens Mobility for the purchase of Side entry 8DA11 CGIS (Contained Gas Insulated Switchgear). Transport for Wales (TfW), and its delivery partners, are responsible for the development and delivery of the South Wales Metro, including the CVL Transformation programme, which will integrate public transport services and systems in South East Wales. Part of this programme includes the electrification of the Core Valley Lines in South East Wales (comprising Rhymey to Cardiff Queen Street, Coryton Spur, Merthyr Tydfil to Cardiff Queen Street, Aberdare to Cardiff Queen Street, Aberdare to Hirwaun, Treherbert to Cardiff Queen Street, Cardiff Queen Street to Cardiff Central and Cardiff Central to Cardiff Bay) and will require supply and fixing of substations to create the power network.
TfW identified that Siemens Mobility is the only supplier capable of meeting TfW’s requirements, for the following reasons. The required items must be supplied by a Network Rail Parts and Drawings System (‘PADS’) approved supplier of side entry 8DA11 CGIS (Contained Gas Insulated Switchgear) in order to conform to Network Rail and TfW standards, namely NR/L1/ELP/27000, NR standard NR/PS/ELP/27236 and PADS Certificate PA05/00637, including as well the following British Standards policies and legislations as detailed in NR/L1/ELP/27000:
BS7671 – Requirements for electrical installations
BS EN 50119 – Railway applications. Fixed installations. Electric traction overhead contact lines.
BS EN 50122 — Railway applications. Fixed installations. Electrical safety, earthing and the return circuit.
BS EN 50149 — Railway applications. Fixed installations. Electric traction. Copper and copper alloy grooved contact wires.
BS EN 50163 and A1 – Railway Applications. Supply voltages of traction systems.
BS EN 50367 – Railway applications. Current collection systems. Technical criteria for the interaction between opantograph and overhead line (to achieve free access).
BS EN 50388 – Railway Applications. Power supply and rolling stock. Technical criteria for the coordination between power supply (substation) and rolling stock
BS EN 50463-4 – Railway Applications. Energy measurement on board trains. Communication.
CDM – Construction (Design and Management) Regulations 2015
Electrical Power Asset Policy 2012
Electrical Power Asset Policy Appendices 2012
Electrical Safety, Quality and Continuity Regulations 2002
Electrical at Work Regulations 1989
ENE TSI – Commission Regulation)EU) No 1301/2014 of 18 November 2014 on the technical specification for interoperability relating to the ‘energy’ subsystem of the rail system in the Union
Environmental Protection Regulations 2000
Fire Precautions Sub Surface Railway Stations Regulations 1989
Fluorinated Greenhouse Gases Regulations 2009
GL/RT 1210 – AC Energy Subsystem and Interfaces to Rolling Stock Subsystem
IEC 61850 – Power Utility Automation
The supplier must be PADS approved because the product acceptance process gives TfW the assurance that products accepted for use on or about the infrastructure are safe, compatible, reliable, fit for purpose and do not export unacceptable risks to Network Rail and/or TfW infrastructure. The supplier must also have side entry cable capacity to ensure conformity with the standards detailed above and to meet the system design requirements where due consideration was given to all types of design and decisions based on concerns regarding land take and consents and potential for vandalism have led to the requirement for CGIS Switchgear. TfW's expert advisers conducted market investigations and on the basis of these Siemens is currently the only PADS approved supplier of CGIS switchgear with side entry which meets the above requirements.
II.2.5)Award criteria
Quality criterion - Name: Only one possible supplier / Weighting: N/A
Price - Weighting: N/A
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:
TfW South Wales Metro Enhancement Projects.
II.2.14)Additional information
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below
The works, supplies or services can be provided only by a particular economic operator for the following reason:
absence of competition for technical reasons
Explanation:
The products can be provided only by a particular supplier for reasons that are technical and connected with the protection of intellectual property rights and conformity with design and safety standards.
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2020/S 064-154346
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice
Section V: Award of contract
Contract No: TfW238
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
29/06/2020
V.2.2)Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Siemens Mobility Ltd
Postal address: Euston House, 24 Eversholt Street
Town: London, England
NUTS code: UKI London
Postal code: NW1 1AD
Country: United Kingdom
Telephone: +44 7808826343
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 4 500 000.00 GBP
V.2.5)Information about subcontracting
Section VI: Complementary information
VI.3)Additional information:
The final contract price referenced above in II.1.7) and V.2.4) is an estimate as detailed in the VEAT and the actual price of the contract may differ. The exact figure has not been provided due to its commercially sensitive nature.
(WA Ref:107098)
VI.4)Procedures for review
VI.4.1)Review body
Official name: High Court
Postal address: Royal Courts of Justice, The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079477501
VI.5)Date of dispatch of this notice:
24/02/2021