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)

Consultancy Panels 2

  • First published: 07 May 2024
  • Last modified: 07 May 2024

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-131409
Published by:
Transport for Wales
Authority ID:
AA50685
Publication date:
07 May 2024
Deadline date:
-
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Transport for Wales (TfW) is carrying out a procurement advertised in the FTS, via Sell2 Wales, under the Open Procedure of the Public Contracts Regulations 2015 to procure ‘Consultancy Panels 2’ services. TfW is a not for profit company, wholly owned by the Welsh Government. TfW exists to drive forward the Welsh Government’s vision of a high quality, safe, integrated, affordable and accessible transport network that the people of Wales are proud of. It will also help to change the way we understand, plan, use and invest in transport in Wales. TfW are looking to put in place Consultancy Panels 2 Framework, comprising of 7 Lots across a number of specialisms providing TfW access to specialist consultancy services as per the below areas. Lot 1 – Stakeholder Management Lot 2 – Monitoring and Evaluation Lot 3 – Transport Data Collection Lot 4 – Fleet Decarbonisation Technical Support Lot 5 – Green Infrastructure Lot 6 – Active Travel Lot 7 – Architectural Services Each lot will include the provision of direct award of commissions to suppliers on a rotational basis under the value of GBP25,000, with requirements above this threshold awarded via the mini competition process. Each Lot will have no more than 5 successful suppliers, with each supplier being limited to submit a bid for up to 3 Lots. Estimated value for the framework will be up to GBP250,000 per lot per annum depending on requirements (anticipated commissions will range between GBP10,000 - GBP60,000), and all commissions will be subject to remit. Please note that TfW is not committed to spend up to this value and that our spend is subject to annual funding cycles. The duration of the contract will be for an initial period of two (2) years with an option to extend, at TfW’s discretion, for up to two (2) period(s) of 12 months each. CPV: 71311200, 72224000, 79416200, 79419000, 72314000, 72316000, 71311200, 63712710, 90700000, 90711000, 90711200, 90713000, 71356300, 71621000, 77310000, 71242000, 71320000, 79930000, 79415200, 71313000, 79417000, 71410000, 71356400, 71311200, 71200000, 71210000, 71220000, 71222000.

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

Body governed by public law

I.5) Main activity

Other: Transport

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Consultancy Panels 2

Reference number: C000707.00

II.1.2) Main CPV code

71311200

 

II.1.3) Type of contract

Services

II.1.4) Short description

Transport for Wales (TfW) is carrying out a procurement advertised in the FTS, via Sell2 Wales, under the Open Procedure of the Public Contracts Regulations 2015 to procure ‘Consultancy Panels 2’ services.

TfW is a not for profit company, wholly owned by the Welsh Government. TfW exists to drive forward the Welsh Government’s vision of a high quality, safe, integrated, affordable and accessible transport network that the people of Wales are proud of. It will also help to change the way we understand, plan, use and invest in transport in Wales.

TfW are looking to put in place Consultancy Panels 2 Framework, comprising of 7 Lots across a number of specialisms providing TfW access to specialist consultancy services as per the below areas.

Lot 1 – Stakeholder Management

Lot 2 – Monitoring and Evaluation

Lot 3 – Transport Data Collection

Lot 4 – Fleet Decarbonisation Technical Support

Lot 5 – Green Infrastructure

Lot 6 – Active Travel

Lot 7 – Architectural Services

Each lot will include the provision of direct award of commissions to suppliers on a rotational basis under the value of GBP25,000, with requirements above this threshold awarded via the mini competition process.

Each Lot will have no more than 5 successful suppliers, with each supplier being limited to submit a bid for up to 3 Lots.

Estimated value for the framework will be up to GBP250,000 per lot per annum depending on requirements (anticipated commissions will range between GBP10,000 - GBP60,000), and all commissions will be subject to remit. Please note that TfW is not committed to spend up to this value and that our spend is subject to annual funding cycles.

The duration of the contract will be for an initial period of two (2) years with an option to extend, at TfW’s discretion, for up to two (2) period(s) of 12 months each.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 8 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Stakeholder Management

II.2.2) Additional CPV code(s)

72224000

79416200

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The Scope of the Stakeholder Management Work will typically include but not be limited to the following:

Development and delivery of strategic engagement programmes;

Co-ordination and facilitation of project meetings and regional workshops;

Political engagement and communications strategy development;

Preparation of communications materials and briefings to stakeholders including TfW, Welsh Government, Network Rail, Bus Operators and other external key project level stakeholders.

The main components that will feed into Lot 1 Stakeholder Management will be made of the following in cooperation with the relevant TfW communications lead, and will also feed into feasibility studies and strategic outline business cases:

Preparation and management of stakeholder communication plans;

Organising and facilitating stakeholder events and meetings. Including liaising with local authorities;

Appraise stakeholders of economic analysis and update them on progress;

To reach out to a wider cohort of stakeholders to convey the high level challenges faced;

To develop a consensus to underpin and increase stakeholder engagement and buy in; and to ensure significant stakeholders are involved in the planning, financing and delivery of transport related projects;

Arrange briefings for Members of the Senedd and Members of Parliament and using all-Party Parliamentary Groups (APPG). This will involve both liaising with APPGs, meeting the APPG Chairs and relevant Members of the Senedd and Members of Parliament and liaising with TfW on progress and logistical details;

Carrying out underpinning activities to facilitate the success of the briefings;

Producing briefings for UK national newspapers and setting up and attending exclusive in-depth interview with the Ministers, in cooperation with TfW communications team;

Producing briefings, drafting press releases and securing attendance of trade media at briefings.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70

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

Lot No: 2

II.2.1) Title

Monitoring and Evaluation

II.2.2) Additional CPV code(s)

79419000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The Scope of the monitoring and evaluation work will typically include but not be limited to the following:

Identifying suitable metrics for assessing performance against the objectives of an intervention;

Preparing Monitoring & Evaluation Plans / Benefits Realisation Plans in line with the Magenta Book (or other relevant guidance depending on the intervention) for inclusion in transport business cases. These Plans will need to be proportionate to the scale of investment;

Commissioning (or undertaking) data collection to support reporting in line with the Monitoring & Evaluation Plan;

Data collation and analysis, including preparing data dashboards aligned with monitoring frameworks;

Preparing WelTAG Stage 5 Monitoring & Evaluation Reports, or similar. Depending on the scale of the intervention, these reports may need to include a systematic assessment of the design, implementation and outcomes of an intervention, to understand its effects and what can be improved as well as identifying lessons learned.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70

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

Lot No: 3

II.2.1) Title

Transport Data Collection

II.2.2) Additional CPV code(s)

72314000

72316000

71311200

63712710

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The scope of the transport data collection work will typically include but not be limited to the following:

Specifying transport data collection programmes, including method statements / risk assessments;

Planning and delivering:

Interview surveys at rail/bus stations or on-street, such as origin-destination / user perception;

Classified traffic speed and volume counts including turning counts, using tube/radar devices or cameras;

Public transport passenger counts – boarding/alighting/on-board/footfall – using cameras and/or counting devices;

Active travel (walking and cycling) volume counts.

Ability to arrange access permits / traffic management for the above surveys as required;

Analysing raw data to provide summary/dashboard style data to TfW.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70

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

Lot No: 4

II.2.1) Title

Fleet Decarbonisation Technical Support

II.2.2) Additional CPV code(s)

90700000

90711000

90711200

90713000

71356300

71621000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Technical support and advice in the field of zero emission fleet decarbonisation, along with supporting infrastructure and energy considerations. This will include independent expert technical support and advice in relation to:

Assessment of size and characteristics of fleet/vehicles – current and future;

Vehicle operational locations aligned with consideration of current and future bus corridors;

Bus fleet requirements and performance to meet the needs of service routes – including topography, route and network lengths, suitability of different fueled vehicles;

New and emerging energy provision;

Cost, energy and carbon profiles;

End of life recycle/retirement or repurposing;

Infrastructure and procurement support;

Other technical support and advice that may be identified in relation to decarbonisation of the bus fleet and other associated vehicles;

End-user research: identifying optimal locations for EV charging infrastructure (car parks, on-street, stations, etc.) considering a range of factors (cost, feasibility, demand, socio-economic / environmental goals).

Technical support and advice, modelling and design of zero and low emission vehicle depots, outstations, opportunity charging points and other associated infrastructure including public charging points.

Design, modelling and coordination of connections to the electrical distribution network, along with other power and fuel sources.

Design, modelling and coordination of highway access and egress, including any zero emission vehicle priority measures.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70

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

Lot No: 5

II.2.1) Title

Green Infrastructure

II.2.2) Additional CPV code(s)

77310000

71242000

71320000

79930000

79415200

71313000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Specialist green infrastructure contractors to support upcoming and future work for numerous teams at TfW.

Services required would need to cover a wide variety of GI including green roofs, biosolar roofs, living walls and rain gardens;

Services would require both practical and auditing elements including planning, design, installation and maintenance along with the ability to work closely with multi contractors to ensure cost values and functionality are maintained;

Experience of delivering GI projects in the transport sector would be an advantage due to the unique challenges (e.g. consents) this entails.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70

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

Lot No: 6

II.2.1) Title

Active Travel

II.2.2) Additional CPV code(s)

79417000

71410000

71356400

71311200

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The scope of the active travel work will typically include but not be limited to the following:

Technical expertise on active travel including safety, sustainability and risk considerations;

Scheme design/scheme design review. The ability to procure review of designs will likely be more appropriate to support TfW when capacity pressures exist, particularly in relation to the review of design drawings etc. If LAs are unable to access existing consultancy frameworks for design work then there could be a potential opportunity through this framework;

Active travel strategic development and advice;

Active Travel Network planning and development.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70

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

Lot No: 7

II.2.1) Title

Architectural Services

II.2.2) Additional CPV code(s)

71200000

71210000

71220000

71222000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The scope of the architectural services work will typically include but not be limited to the following:

Early interior and exterior concept design for estate and infrastructure changes;

Placemaking input;

Area master planning;

Artistic impressions/images.

The stage of involvement will typically correspond to RIBA stages 1 and 2.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70

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.1.3) 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:

2023/S 000-013226

Section V: Award of contract

Lot No: 1

Title: Stakeholder Management

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

29/03/2024

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 10

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: 13

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Grasshopper Communications Ltd

10 Llanthewy Road, Rhiwbina

Newport

NP204JR

UK

Telephone: +44 7793382021

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Cogitamus Limited

11 Woodfield Road

Peterborough

PE36HD

UK

Telephone: +44 1733767244

Fax: +44 1733313492

NUTS: UKH11

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Mott MacDonald Limited

Mott MacDonald, 2 Callaghan Square

Cardiff

CF105BT

UK

Telephone: +44 2920130430

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

WSP UK Limited

1 Capital Quarter, Tyndall Street

Cardiff

CF104BZ

UK

Telephone: +44 2920769362

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Phil Jones Associates Ltd

Park Point, 17 High Street

Birmingham

B312UQ

UK

Telephone: +44 121475023

NUTS: UKG31

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: : 1 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Monitoring and Evaluation

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

29/03/2024

V.2.2) Information about tenders

Number of tenders received: 14

Number of tenders received from SMEs: 4

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: 14

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

WSP UK Limited

1 Capital Quarter, Tyndall Street

Cardiff

CF104BZ

UK

Telephone: +44 2920769362

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

SYSTRA Ltd

Century House, 5 Old Bailey

London

EC4M7BA

UK

Telephone: +44 2038828908

NUTS: UKI31

The contractor is an SME: No

V.2.3) Name and address of the contractor

Jacobs Engineering UK Ltd

Cottons Centre, Cottons Lane

London

SE12QG

UK

Telephone: +44 1392269854

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

AtkinsRealis UK Ltd

2 Capital Quarter, Tyndall Street

Cardiff

CF104BZ

UK

Telephone: +44 2920358078

NUTS: UKL22

The contractor is an SME: No

V.2.3) Name and address of the contractor

Stantec UK Limited

10 Queen Square

Bristol

BS14NT

UK

NUTS: UKK11

The contractor is an SME: No

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: : 1 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: Transport Data Collection

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

29/03/2024

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 4

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: 5

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Strategic Research and Insight Ltd

4 Park Court Mews, Park Place

Cardiff

CF103DQ

UK

Telephone: +44 2920303100

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

VivaCity Labs Ltd

Unit 5-6, 3 Haberdasher Street

London

N16ED

UK

Telephone: +44 7379439025

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Tracsis Transport Consultancy Ltd

22 Brunel Parkway, Pride Park

Derby

DE248HR

UK

Telephone: +44 7513717531

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: : 1 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Title: Fleet Decarbonisation Technical Support

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

29/03/2024

V.2.2) Information about tenders

Number of tenders received: 19

Number of tenders received from SMEs: 6

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: 19

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

WSP UK Limited

1 Capital Quarter, Tyndall Street

Cardiff

CF104BZ

UK

Telephone: +44 2920769362

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Evenergi UK Ltd

35 Ballards Lane

London

N31XW

UK

Telephone: +44 593508426

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Eunomia Research & Consulting Ltd

37 Queen Square,

Bristol

BS14QS

UK

Telephone: +44 1179172250

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Jacobs Engineering UK Ltd

Cottons Centre, Cottons Lane

London

SE12QG

UK

Telephone: +44 1392269854

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

AtkinsRealis UK Ltd

2 Capital Quarter, Tyndall Street

Cardiff

CF104BZ

UK

Telephone: +44 2920358078

NUTS: UKL22

The contractor is an SME: No

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: : 1 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

Title: Green Infrastructure

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

29/03/2024

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

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: Yes

V.2.3) Name and address of the contractor

Furrer+Frey GB

11 Cursitor Street, London

London

EC4A1LL

UK

Telephone: +44 7862297264

NUTS: UKI31

The contractor is an SME: No

V.2.3) Name and address of the contractor

Alistair Burroughs Design Partnership Ltd t/a Burroughs

4 Radnor Court, 256 Cowbridge Road East

Cardiff

CF51GZ

UK

Telephone: +44 2920647484

NUTS: UKL22

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: : 1 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 6

Title: Active Travel

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

29/03/2024

V.2.2) Information about tenders

Number of tenders received: 19

Number of tenders received from SMEs: 7

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: 19

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Phil Jones Associates Ltd

Park Point, 17 High Street

Birmingham

B312UQ

UK

Telephone: +44 121475023

NUTS: UKG31

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

ARCADIS CONSULTING (UK) LTD

ARCADIS CONSULTING (UK) LTD, 80 Fenchurch Street

LONDON

EC3M4BY

UK

Telephone: +44 2920926792

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

AtkinsRealis UK Ltd

2 Capital Quarter, Tyndall Street

Cardiff

CF104BZ

UK

Telephone: +44 2920358078

NUTS: UKL22

The contractor is an SME: No

V.2.3) Name and address of the contractor

Ramboll UK Limited

240 Blackfriars Road

London

SE18NW

UK

Telephone: +44 2380817500

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Ove Arup & Partners Limited

4 Pierhead Street

Cardiff

CF104QP

UK

NUTS: UKM82

The contractor is an SME: No

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: : 1 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 7

Title: Architectural Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

29/03/2024

V.2.2) Information about tenders

Number of tenders received: 17

Number of tenders received from SMEs: 11

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: 17

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Mott MacDonald Limited

Mott MacDonald, 2 Callaghan Square

Cardiff

CF105BT

UK

Telephone: +44 2920130430

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Weston Williamson + Partners

12 Valentine Place, london

London

SE18QH

UK

Telephone: +44 2074018877

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

ARCADIS CONSULTING (UK) LTD

ARCADIS CONSULTING (UK) LTD, 80 Fenchurch Street

LONDON

EC3M4BY

UK

Telephone: +44 2920926792

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Pell Frischmann Consultants Ltd

Charter House, 100 Broad Street

Birmingham

B151AE

UK

Telephone: +44 1214561616

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Grimshaw Architects LLP

57 Clerkenwell Road

London

EC1M5NG

UK

Telephone: +44 2072914141

NUTS: UK

The contractor is an SME: No

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: : 1 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

Tender documents will be available via eTenderWales at:

https://etenderwales.bravosolution.co.uk/

Please refer to project_53403 and ITT_102648 - Consultancy Panels 2 to obtain the tender documentation.

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.

(WA Ref:141263)

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

07/05/2024

Coding

Commodity categories

ID Title Parent category
71210000 Advisory architectural services Architectural and related services
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71220000 Architectural design services Architectural and related services
71222000 Architectural services for outdoor areas Architectural design services
72316000 Data analysis services Data-processing services
72314000 Data collection and collation services Data-processing services
79415200 Design consultancy services Production management consultancy services
71320000 Engineering design services Engineering services
71313000 Environmental engineering consultancy services Consultative engineering and construction services
90711000 Environmental impact assessment other than for construction Environmental management
90713000 Environmental issues consultancy services Environmental management
90700000 Environmental services Sewage, refuse, cleaning and environmental services
90711200 Environmental standards other than for construction Environmental impact assessment other than for construction
79419000 Evaluation consultancy services Business and management consultancy services
77310000 Planting and maintenance services of green areas Horticultural services
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services
72224000 Project management consultancy services Systems and technical consultancy services
79416200 Public relations consultancy services Public relations services
79417000 Safety consultancy services Business and management consultancy services
79930000 Specialty design services Miscellaneous business and business-related services
71621000 Technical analysis or consultancy services Analysis services
71356400 Technical planning services Technical services
71356300 Technical support services Technical services
63712710 Traffic monitoring services Support services for road transport
71311200 Transport systems consultancy services Civil engineering consultancy services
71410000 Urban planning services Urban planning and landscape architectural 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
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:
10 May 2023
Deadline date:
12 June 2023 00:00
Notice type:
02 Contract Notice
Authority name:
Transport for Wales
Publication date:
07 May 2024
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.