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.

Contract Notice

Fire Risk Assessments for Stations and premises

  • First published: 06 September 2019
  • Last modified: 06 September 2019

Contents

Summary

OCID:
ocds-kuma6s-095423
Published by:
Keolis Amey Operations / Gweithrediadau Keolis Amey Limited
Authority ID:
AA73418
Publication date:
06 September 2019
Deadline date:
27 September 2019
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The successful tender will be able to deliver the following services 1. Fire Risk Assessments for all staffed transport premises and facilities across the network carried out annually. 2. We require each of the stations that is listed with appendix 1 to have an asset audit. This must provide us with the types and number of equipment. Please note this must be maintained and kept up to date and given to the Contracts at the end of the contract. 3. Annual inspections, maintenance and where necessary replacement of fire equipment such as fire extinguishers, fire blankets etc required at each of the assessed premises 4. As requested by Transport for Wales Rail Services nominated contact provide a consultancy service that supplies competent guidance and written advice on all aspects of fire precautions in respect of any work being undertaken by the company including for all aspects of fire risk and assessment during stages of any new building construction or occupation. Advice includes but is not limited to  fire-detection and warning systems  firefighting equipment and facilities  guidance on escape routes  emergency escape lighting  signs and notices  recording, planning, informing, instructing and training  Quality assurance of fire-protection equipment and installation  Dangerous Substances and Explosive Atmosphere Regulations,  Storage of Flammable Liquids in Containers  Other fire risks and preventative measures 5. Provide and necessary advice and support in any dealings with relevant enforcing authorities, Network Rail etc 6. Fire Risk assessment reports to be received by Transport for Wales Rail services within no more than 10 days of the date of assessment. 7. Prepare a Defects List for each premises; 8. Replace parts and recharge FFE following consent, and sign off on defects list, by the contracts Manager. 9. Remove and dispose of redundant FFE when required. 10. Install and commission new FFE. 11. Callout during normal working hours to repair defects identified by Contracts Management Inspections.

Full notice text

CONTRACT NOTICE – NATIONAL

SERVICES

1 Authority Details

1.1

Authority Name and Address


Keolis Amey Operations / Gweithrediadau Keolis Amey Limited

Procurement, 47 Penarth Road,

Cardiff

CF10 5DJ

UK

Leanne Millard

+44 2920720500

leanne.millard@tfwrail.wales

http://www.tfwrail.wales
www.sell2wlaes.gov.wales
www.sell2wales.gov.wales

1.2

Address from which documentation may be obtained


Keolis Amey Operations / Gweithrediadau Keolis Amey Limited

47 Penarth Road,

Cardiff

CF10 5DJ

UK

Leanne Millard

+44 2920720500

leanne.millard@tfwrail.wales

http://www.tfwrail.wales

1.3

Completed documents must be returned to:


Keolis Amey Operations / Gweithrediadau Keolis Amey Limited

47 Penarth Road,

Cardiff

CF10 5DJ

UK


+44 2920720500


http://www.tfwrail.wales

2 Contract Details

2.1

Title

Fire Risk Assessments for Stations and premises

2.2

Description of the goods or services required

The successful tender will be able to deliver the following services

1. Fire Risk Assessments for all staffed transport premises and facilities across the network carried out annually.

2. We require each of the stations that is listed with appendix 1 to have an asset audit. This must provide us with the types and number of equipment. Please note this must be maintained and kept up to date and given to the Contracts at the end of the contract.

3. Annual inspections, maintenance and where necessary replacement of fire equipment such as fire extinguishers, fire blankets etc required at each of the assessed premises

4. As requested by Transport for Wales Rail Services nominated contact provide a consultancy service that supplies competent guidance and written advice on all aspects of fire precautions in respect of any work being undertaken by the company including for all aspects of fire risk and assessment during stages of any new building construction or occupation. Advice includes but is not limited to

 fire-detection and warning systems

 firefighting equipment and facilities

 guidance on escape routes

 emergency escape lighting

 signs and notices

 recording, planning, informing, instructing and training

 Quality assurance of fire-protection equipment and installation

 Dangerous Substances and Explosive Atmosphere Regulations,

 Storage of Flammable Liquids in Containers

 Other fire risks and preventative measures

5. Provide and necessary advice and support in any dealings with relevant enforcing authorities, Network Rail etc

6. Fire Risk assessment reports to be received by Transport for Wales Rail services within no more than 10 days of the date of assessment.

7. Prepare a Defects List for each premises;

8. Replace parts and recharge FFE following consent, and sign off on defects list, by the contracts Manager.

9. Remove and dispose of redundant FFE when required.

10. Install and commission new FFE.

11. Callout during normal working hours to repair defects identified by Contracts Management Inspections.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=95423.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

2.3

Notice Coding and Classification

31625200 Fire-alarm systems
34144213 Fire engines
35111000 Firefighting equipment
35111300 Fire extinguishers
35111400 Fire escape equipment
39525400 Fire blankets
44221220 Fire doors
44481100 Fire ladders
44482100 Fire hoses
45312100 Fire-alarm system installation work
45343000 Fire-prevention installation works
45343200 Firefighting equipment installation work
45343220 Fire-extinguishers installation work
50413200 Repair and maintenance services of firefighting equipment
51700000 Installation services of fire protection equipment
75251110 Fire-prevention services
1000 WALES
1010 West Wales and The Valleys
1011 Isle of Anglesey
1012 Gwynedd
1013 Conwy and Denbighshire
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1017 Bridgend and Neath Port Talbot
1018 Swansea
1020 East Wales
1021 Monmouthshire and Newport
1022 Cardiff and Vale of Glamorgan
1023 Flintshire and Wrexham
1024 Powys

2.4

Total quantity or scope of tender

3 Conditions for Participation

3.1

Minimum standards and qualification required

Whilst this ITT encourages potential Tenderers to submit a response, there are minimum criteria that need to be met in order to be considered as a potential Tenderer to KAO. If you are unable to satisfy the criteria set out below then it is unlikely that your submission to this ITT will meet the requirements for any potential business award.

Tenderers must be able to demonstrate:

• A scalable solution to manage peaks and troughs in the workload

• Previous experience in management of railway assets

• That you hold recognised accreditations for: Quality Management System (ISO9001:2015 or EFQM); Environmental Management System (ISO14001:2015); and Safety Management System (OHSAS 18001 / ISO 45001:2018) (scope all operations not just head office)

• Full RISQS accreditation and audit – to be considered, this accreditation must be in place by the deadline date for the return of the RFP response to KAO. (https://www.risqs.org)

• That you shall use reasonable endeavours to minimise the impact of waste through implementing a plan that deals with waste in the following descending order of priority:

 prevention of waste;

 minimisation of waste;

 re-use of waste;

 recycling of waste; and

 disposal of waste,

• That you will sign up to and comply with the Welsh Government’s Code of Practice for Ethical Employment in Supply Chains; and

• That you will comply with both the letter and the spirit of all relevant legislation, including but not limited to: objectives of the Environment (Wales) Act 2016, Active Travel (Wales) Act 2013 and Modern Slavery Act 2015.

• Adhere to Network Rail Group Standards. (https://www.rssb.co.uk/railway-group-standards)

4 Administrative Information

4.1

Type of Procedure

Single stage

4.2

Reference number attributed to the notice by the contracting authority

ENQ0063

4.3

Time Limits

Time-limit for receipt of completed tenders
    27-09-2019  Time  12:00

Estimated award date
 11-10-2019

4.5

Language or languages in which tenders or requests to participate can be drawn up

EN 

4.6

Tender Submission Postbox

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx

5 Other Information

5.1

Additional Information

Immediate Response Requirements

NOTE : THIS ITEM REQUIRES YOUR IMMEDIATE ATTENTION PRIOR TO COMPILING YOUR FULL RESPONSE TO THIS ITT.

Once you have decided whether to respond to this ITT, you MUST acknowledge the following matters in writing within 7 days of this publication, failure to respond within the time frame may exclude you form the process. This must be emailed to leanne.millard@tfwrail.wales / Primary Contact

(WA Ref:95423)

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Please refer to the ITT

The buyer considers that this contract is suitable for consortia bidding.

5.2

Additional Documentation

TFW ITT Fire risk assessments
Scope Final v1
Copy of Premises List for Tender
Copy of By area for tender
KAO - T's & C's - Safety&Business Critical

5.3

Publication date of this notice

 06-09-2019

Coding

Commodity categories

ID Title Parent category
39525400 Fire blankets Miscellaneous manufactured textile articles
44221220 Fire doors Windows, doors and related items
34144213 Fire engines Special-purpose motor vehicles
35111400 Fire escape equipment Firefighting equipment
35111300 Fire extinguishers Firefighting equipment
44482100 Fire hoses Fire-protection devices
44481100 Fire ladders Platforms ladders
45312100 Fire-alarm system installation work Alarm system and antenna installation work
31625200 Fire-alarm systems Burglar and fire alarms
45343220 Fire-extinguishers installation work Fire-prevention installation works
35111000 Firefighting equipment Firefighting, rescue and safety equipment
45343200 Firefighting equipment installation work Fire-prevention installation works
45343000 Fire-prevention installation works Fencing, railing and safety equipment installation work
75251110 Fire-prevention services Fire-brigade services
51700000 Installation services of fire protection equipment Installation services (except software)
50413200 Repair and maintenance services of firefighting equipment Repair and maintenance services of checking apparatus
84 Transport for Wales Rail Services / Keolis Amey Operations Limited Sell2Wales Projects

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:
06 September 2019
Deadline date:
27 September 2019 00:00
Notice type:
Contract Notice
Authority name:
Keolis Amey Operations / Gweithrediadau Keolis Amey Limited
Publication date:
16 April 2020
Notice type:
Contract Award Notice
Authority name:
Keolis Amey Operations / Gweithrediadau Keolis Amey Limited

About the buyer

Main contact:
leanne.millard@tfwrail.wales
Admin contact:
leanne.millard@tfwrail.wales
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
18/09/2019 08:44
ADDED FILE: SQ and technical question
to be completed and returned

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

docx
docx421.04 KB
This file may not be accessible.
docx
docx77.36 KB
This file may not be accessible.
xlsx
xlsx20.71 MB
This file may not be accessible.
docx
docx33.54 KB
This file may not be accessible.
xlsx
xlsx24.03 KB
This file may not be accessible.
docx
docx465.36 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.