Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Welsh Government
Transport Procurement, Cathays Park
Cardiff
CF10 3NQ
UK
Telephone: +44 3000604400
E-mail: transportprocurement@gov.wales
NUTS: UKL
Internet address(es)
Main address: http://wales.gov.uk/?skip=1&lang=en
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Other: Transport
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Framework for Specialist Rail Consultancy Services
II.1.2) Main CPV code
71311200
II.1.3) Type of contract
Services
II.1.4) Short description
The Welsh Ministers have entered into a Framework Agreement with more than one provider (a maximum of 6) for 4 years. Providers shall be required to provide suitably qualified professional and technical staff in the provision of key deliverables, under the following main areas:
(i) Welsh Transport Appraisal Guidance (WelTAG);
(ii) Commercial support;
(iii) Rail Industry intelligence (connections with DfT desirable);
(iv) Operational knowledge of transport interchanges;
(v) Funding and finance models;
(vi) Active Travel;
(vii) Government Business Case Development Process (SoC, OBC and FBC);
(viii) Any other Rail related tasks.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
300 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
66171000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
The Welsh Ministers have entered into a Framework Agreement with more than one provider (a maximum of 6) for 4 years. Providers shall be required to provide suitably qualified professional and technical staff in the provision of key deliverables, under the following main areas:
- Welsh Transport Appraisal Guidance (WelTAG);
- Commercial support;
- Rail Industry intelligence (connections with DfT desirable);
- Operational knowledge of transport interchanges;
- Funding and finance models;
- Active Travel;
- Government Business Case Development Process (SoC, OBC and FBC);
- Any other Rail related tasks.
II.2.5) Award criteria
Quality criterion: Key Persons
/ Weighting: 24.5
Quality criterion: Key Persons - Delivery
/ Weighting: 10.5
Quality criterion: Proposed Methodolgy
/ Weighting: 14
Quality criterion: Value Capture
/ Weighting: 21
Cost criterion: Cost
/ Weighting: 30
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2019/S 034-076851
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
16/08/2019
V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 11
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
ARCADIS CONSULTING (UK) LTD
ARCADIS CONSULTING (UK) LTD, Arcadis House, 34 York Way
LONDON
N19AB
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Atkins Ltd
Epsom Gateway, Ashley Avenue
Epsom
KT185AL
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
First Class Partnerships Ltd
46 New Broad Street
London
EC2M1JH
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Mott MacDonald Main Account
Mott MacDonald, 2 Callaghan Square
Cardiff
CF105BT
UK
NUTS: UKL
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Ove Arup & Partners Ltd
4 Pierhead Street, Capital Waterside
Cardiff
CF104QP
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Sable Leigh Consultancy Ltd T/a SLC Rail
111 Edmund Street, Navigation Street
Birmingham
B32HJ
UK
NUTS: UKG31
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Steer
28-32 Upper Ground
LONDON
SE19PD
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
WSP
No1 Capital Quarter, Tyndall Street
Cardiff
CF104BZ
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 3 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
(WA Ref:106995)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, the strand
London
WC2A 2LL
UK
Internet address(es)
URL: http://wales.gov.uk/?skip=1&lang=en
VI.5) Date of dispatch of this notice
30/12/2020