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