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)

Core Valley Lines Independent Reporter

  • First published: 28 September 2018
  • Last modified: 28 September 2018

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-081483
Published by:
Transport for Wales
Authority ID:
AA50685
Publication date:
28 September 2018
Deadline date:
-
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

An Independent Reporter (IR) is to be jointly appointed by Transport for Wales (TfW) and by the Wales & Borders Operator and Development Partner (ODP) to provide impartial, expert advice to the ODP and TfW on the Infrastructure Management of the Core Valley Lines (CVL), covering matters such as: a) the adequacy of the ODP’s annual Asset Management Plan and Asset Knowledge Management Plan; b) payment adjustments to the ODP for maintenance activities because of discovered asset characteristics that attract additional payment under the GA; c) the ODP’s annual proposals for renewal works; and d) the asset management impact of the Authority’s proposed levels of funding for renewals. CPV: 71311200, 71311230, 71311300.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Transport for Wales

Southgate House, Wood Street

Cardiff

CF10 1EW

UK

Contact person: Tamara Evans

Telephone: +44 2921673434

E-mail: independentreporterprocurement@tfw.gov.wales

NUTS: UKL

Internet address(es)

Main address: https://tfw.gov.wales/

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA50685

I.1) Name and addresses

Keolis Amey Wales Cymru Limited

11391059

c/o Amey Rail Maindee Depot, Off Caerleon Road

Newport,

NP19 9DZ

UK

Contact person: Andrew Wozencraft

E-mail: andrew.wozencraft@amey.co.uk

NUTS: UKL

Internet address(es)

Main address: http://www.keolisamey.cymru/en/

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=

I.2) Joint procurement

The contract involves joint procurement

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Operation and works associated with transport/rail infrastructure

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Core Valley Lines Independent Reporter

II.1.2) Main CPV code

71311200

 

II.1.3) Type of contract

Services

II.1.4) Short description

An Independent Reporter (IR) is to be jointly appointed by Transport for Wales (TfW) and by the Wales & Borders Operator and Development Partner (ODP) to provide impartial, expert advice to the ODP and TfW on the Infrastructure Management of the Core Valley Lines (CVL), covering matters such as:

a) the adequacy of the ODP’s annual Asset Management Plan and Asset Knowledge Management Plan;

b) payment adjustments to the ODP for maintenance activities because of discovered asset characteristics that attract additional payment under the GA;

c) the ODP’s annual proposals for renewal works; and

d) the asset management impact of the Authority’s proposed levels of funding for renewals.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 3 750 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

71311230

71311300

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

TfW is based in Cardiff, but intends to move its base to Pontypridd in 2019. The Service will cover the geographical extent of the Core Valley Lines in South Wales.

II.2.4) Description of the procurement

The IR Service is summarised as follows:

a) Determining, based on a non-compliance with one of the ODP's CVL Asset Assumptions or based on a Material Discovery, how an Emerging Charge should be adjusted to become Firm Charges or how a Firm Charge should be adjusted to become a Fixed Charge;

b) Assessing and determining other Infrastructure Management payments to be made to the ODP in accordance with the Grant Agreement (GA), if instructed to do so by one of the parties;

c) Reviewing, assessing and advising on the following ODP Infrastructure Manager plans; initial, annual and periodic:

Asset Operational Management; Safety; Asset Management; Asset Knowledge Management; Environment Management; Renewals and Enhancement; Discovery and Inspection; Disaster Management and Business Continuity;

d) Commenting and advising on the ODP’s Risk Based Management Framework and Standards and Derogations Management Process;

e) Advising on the impact of an Excluded Risk on Day to Day Asset Management, Cost, Performance, Reliability and Urgent Renewal requirements;

f) Assessing and advising on the Asset Management, Cost, Performance and Reliability impact of a proposed renewals deferral by the Authority;

g) Should the ODP and TfW fail to agree on any review, comment, approval or determination and elect to resolve any dispute using the GA dispute resolution procedure, providing and supporting any information as required by the appointed the appropriate dispute resolution process;

h) If requested by the Appointors, comment on an Asset Protection arrangement on the CVL;

i) Reporting on ODP compliance with its current Asset Management Plan in the period immediately before CVL Asset Handback at the end of the GA;

j) If required, advising on and providing certification in relation to the ODP and TfW performance in relation to the Asset Maintenance bond; and

k) Assessing and advising on whether the ODP and TfW are complying with the policies, decisions and requirements of the ORR.

The IR must be independent of both the ODP and TfW, so that it can provide its services and meet its duties impartially.

All the above capitalised terms are defined in the contract documentation provided with the procurement documents.

II.2.5) Award criteria

Quality criterion: Senior IR – experience (CV) / Weighting: 4.55

Quality criterion: IR Discipline Specialists - CVs / Weighting: 8.45

Quality criterion: Examples of experience / Weighting: 16.25

Quality criterion: Impartiality / Weighting: 1.95

Quality criterion: Safety assessment / Weighting: 4.55

Quality criterion: Annual AM plan assessment / Weighting: 4.55

Quality criterion: Costing experience / Weighting: 4.55

Quality criterion: Costing Material Discoveries / Weighting: 3.25

Quality criterion: Costing Annual Asset Management Plan / Weighting: 3.25

Quality criterion: Track renewal deferral / Weighting: 3.25

Quality criterion: Asset knowledge management / Weighting: 3.9

Quality criterion: Key Performance Indicators and Delivery Risks / Weighting: 1.95

Quality criterion: Resources and organisation structure / Weighting: 4.55

Price / Weighting:  35%

II.2.11) Information about options

Options: Yes

Description of options:

The contract may be extended at the discretion of the Appointors (TfW and Keolis Amey) up to a maximum term of 17 years from commencement.

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:

2018/S 091-206844

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

30/08/2018

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 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

AMCL

221 St. John Street

London

EC1V 4LY

UK

Telephone: +44 02076882828

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: : 3 750 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

(WA Ref:85248)

VI.4) Procedures for review

VI.4.1) Review body

N/A

N/A

UK

VI.5) Date of dispatch of this notice

26/09/2018

Coding

Commodity categories

ID Title Parent category
71311300 Infrastructure works consultancy services Civil engineering consultancy services
71311230 Railway engineering services Civil engineering consultancy services
71311200 Transport systems consultancy services Civil engineering consultancy services

Delivery locations

ID Description
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)

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:
14 May 2018
Deadline date:
18 June 2018 00:00
Notice type:
02 Contract Notice
Authority name:
Transport for Wales
Publication date:
12 June 2018
Notice type:
14 Corrigendum
Authority name:
Transport for Wales
Publication date:
28 September 2018
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Transport for Wales

About the buyer

Main contact:
independentreporterprocurement@tfw.gov.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.