Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

03 Contract Award Notice - Successful Supplier(s)

Independent Assessor (AsBo, ApBo and DeBo) for the Cardiff Central Enhancement Programme (CCEP)

  • First published: 26 March 2026
  • Last modified: 26 March 2026
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-145577
Published by:
Transport for Wales
Authority ID:
AA50685
Publication date:
26 March 2026
Deadline date:
-
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

With a projected passenger growth of over 50% by 2043 means there is a need to upgrade the Cardiff Central railway station to meet the additional passenger demand whilst enhancing the passenger experience and integrating sustainable travel modes. Cardiff Central Enhancement Programme (CCEP), led by Transport for Wales (TfW) on behalf of the Welsh Government, proposes a series of enhancements at the station to address the following drivers for change: - Alleviate congestion and improve capacity within the station. - Improve user experience and facilities. - Enhance interchange, connectivity, and resilience. The aim of this contract notice is to procure an independent assessment and verification services for CCEP. CPV: 71311000, 71311000, 71311200, 79132000, 71530000, 79417000, 72246000.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

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://tfw.wales

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.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

Independent Assessor (AsBo, ApBo and DeBo) for the Cardiff Central Enhancement Programme (CCEP)

Reference number: C001104.00

II.1.2) Main CPV code

71311000

 

II.1.3) Type of contract

Services

II.1.4) Short description

With a projected passenger growth of over 50% by 2043 means there is a need to upgrade the Cardiff Central railway station to meet the additional passenger demand whilst enhancing the passenger experience and integrating sustainable travel modes. Cardiff Central Enhancement Programme (CCEP), led by Transport for Wales (TfW) on behalf of the Welsh Government, proposes a series of enhancements at the station to address the following drivers for change:

- Alleviate congestion and improve capacity within the station.

- Improve user experience and facilities.

- Enhance interchange, connectivity, and resilience.

The aim of this contract notice is to procure an independent assessment and verification services for CCEP.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 348 570.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

71311000

71311200

79132000

71530000

79417000

72246000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The scope of this contract is to provide independent assessment and verification services for the Cardiff Central Enhancements Programme (CCEP).

The CCEP project scope can be found in Annex 1.

The project is managed and delivered by TfW, which is a company set up by Welsh Government to manage the transport infrastructure on behalf of the Welsh Government. In the context of this project, TfW is a third-party developer on Network Rail infrastructure.

The project is governed through the TfW ‘Plan of Works’ (PoW) project lifecycle, which aligns with the Network Rail Project Acceleration in a Controlled Environment (PACE) project lifecycle as shown below:

TfW Plan of Work (PoW)

Stage A – Develop Output Requirements and Options

Stage B – Options Development and Selection

Stage C – Preliminary Design

Stage D – Statutory Process

Stage E – Detailed Design

Stage F – Construct, Commission and Handover

Stage G - Closeout

Network Rail PACE

Phase 1 – Strategic Development & Project Selection

ES1

Phase 1 – Strategic Development & Project Selection

ES2

Phase 1 – Strategic Development & Project Selection

ES3

Phase 2 – Project Development & Design

ES4

Phase 2 – Project Development & Design

ES5

Phase 3 – Project Delivery

ES6

Phase 4 – Project Close

ES7

Phase 4 – Project Close

ES8

The proposed works will be carried out in accordance with the Railways (Interoperability) Regulations 2011 (as amended) (RIR) and the Common Safety Method for Risk Evaluation & Assessment (CSM-REA).

The Supplier shall provide the following roles for the project:

− Assessment Body (AsBo) to provide independent verification for compliance with CSM-REA;

− Approved Body (ApBo) to provide independent verification for interoperability in accordance with the applicable National Technical Specifications Notifications (NTSNs) under the RIR;

− Designated Body (DeBo) to provide independent verification for interoperability in accordance with the applicable National Technical Rules (NTRs) under the RIR.

The above roles shall be undertaken by suitably qualified and competent personnel with prior experience providing similar roles on multi-disciplinary rail projects. System Safety Assurance Qualifications or equivalent required.

The AsBo, ApBo, and DeBo shall support TfW in delivering the safety assessments and authorisation tasks to enable Entry into Service (EiS) and Authorisation for Placing into Service (APiS).

The required safety assessment and authorisation tasks are specified in TfW’s System Safety and Authorisation Strategy (document ref: TfW-ENG-PRO-ID00299).

The system safety and authorisation approach to be followed throughout the project lifecycle is specified in the Cardiff Central Enhancements Programme System Safety and Authorisation Plan (document ref: W001147-TFW-00-REP-ESS-000003).

The Tenderers will need to provide evidence on the following accreditation standards:

− Accreditation Standards UKAS ISO/IEC 17020 (AsBo: Product Conformity Certification)

− Accreditation Standards UKAS ISO/IEC 17065 (ApBo/DeBo: Inspection Body)

− Accreditation Standards ISO 9001 (Quality Management Systems)

The Tenderers will need to:

− Work collaboratively with TfW to ensure a progressive assurance approach for all documents outlined in Volume 2

− Key dates

− Key milestones

− Working remotely as well as in person at the Pontypridd office or the Cardiff Central office (St. Patrick’s House) ad-hoc

II.2.5) Award criteria

Quality criterion: Methodology / Weighting: 15

Quality criterion: project Validation approach / Weighting: 10

Quality criterion: Response to annex 2 case study / Weighting: 10

Quality criterion: Value for Money / Weighting: 5

Quality criterion: Collaboration / Weighting: 10

Quality criterion: Organogram & Key skills and experience / Weighting: 10

Quality criterion: Objectives under the Well-being of Future Generations Act / Weighting: 10

Price / 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.1.8) 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:

2024/S 000-034735

Section V: Award of contract

Contract No: C001104.00

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

26/06/2025

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

RICARDO RAIL LIMITED

Shoreham Technical Centre

Shoreham By Sea

BN435FG

UK

Telephone: +44 1332268700

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 348 570.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

(WA Ref:163396)

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

26/03/2026

Coding

Commodity categories

ID Title Parent category
79132000 Certification services Legal documentation and certification services
71311000 Civil engineering consultancy services Consultative engineering and construction services
71530000 Construction consultancy services Construction-related services
79417000 Safety consultancy services Business and management consultancy services
72246000 Systems consultancy services Systems analysis and programming services
71311200 Transport systems consultancy services Civil engineering consultancy services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
100 UK - All
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
25 October 2024
Deadline date:
25 November 2024 00:00
Notice type:
02 Contract Notice
Authority name:
Transport for Wales
Publication date:
26 March 2026
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Transport for Wales

About the buyer

Main contact:
procurement@tfw.wales
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.