Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Transport for Wales
3 Llys Cadwyn, Taff Street
Pontypridd
CF37 4TH
UK
Telephone: +44 2921673434
E-mail: procurement@tfw.wales
NUTS: UKL
Internet address(es)
Main address: http://trc.cymru
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA50685
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
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
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Transport related services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Transport Technical Operation Advisory Services
Reference number: C000566.00
II.1.2) Main CPV code
71621000
II.1.3) Type of contract
Services
II.1.4) Short description
TfW are looking for Technical Advisors to provide support to the Transport Operations Team, specifically technical and related commercial advice to the Asset Management, Infrastructure Owner and Rail Service Delivery teams.
II.1.5) Estimated total value
Value excluding VAT:
2 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71311210
71621000
72224000
71356000
71318000
71311230
71311220
71311000
71311200
71311300
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
TfW are looking for Technical Advisors to provide support to the Transport Operations Team, specifically technical and related commercial advice to the Asset Management, Infrastructure Owner and Rail Service Delivery teams.
The following disciplines may require technical and related commercial advice - please note this list is not exhaustive and further adhoc requirements may be required for rail, bus and multimode transport:
Asset Knowledge management
Asset Management Support
Service Delivery team support
Bus Interchange operations
Business case development
Planning and Performance
Contract Management
Note that the support required may extend into the delivery of other forms of public transport during the term, such as bus services.
TfW will look to appoint one main provider with a reserve provider and work will be allocated on a work package order basis.
Tender documentation is available via EtenderWales
https://etenderwales.bravosolution.co.uk/esop/guest/login.do
Please refer to project_49024 and ITT_91609-Transport Operation Technical Advisors.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.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:
Extension option of up to 24 months
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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:
No
II.2.14) Additional information
Tender documentation is available via EtenderWales
https://etenderwales.bravosolution.co.uk/esop/guest/login.do
Please refer to project_49024 and ITT_91609-Transport Operation Technical Advisors.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
17/01/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
17/01/2022
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
5 years
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
This contract seeks to appoint one main provider with a reserve provider to undertake Transport Operations Technical Advisory Services. Technical and commercial expertise are required to ensure ongoing support to cover our business needs in the transport industry, suppliers are to note we are looking for rail, bus and other modes of transport expertise.
Tender documentation is available via EtenderWales
https://etenderwales.bravosolution.co.uk/esop/guest/login.do
Please refer to project_49024 and ITT_91609-Transport Operation Technical Advisors.
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.
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.
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=116308
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 tender documentation
(WA Ref:116308)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
13/12/2021