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

Business Continuity and crisis management

  • First published: 13 August 2019
  • Last modified: 03 February 2021

Contents

Summary

OCID:
ocds-kuma6s-094831
Published by:
Keolis Amey Operations / Gweithrediadau Keolis Amey Limited
Authority ID:
AA73418
Publication date:
13 August 2019
Deadline date:
02 February 2021
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

KAO intends to contract with a company or companies to provide the following services: Part one of this requirement will be to undertake a full review of the InfaCo, OpCo and Fleet business continuity capabilities in all aspects of the scope of operation list above to attain ISO 22301: 2014 certification. The Organisation is aware that new regulations are coming in to play in 2019 we anticipate the successful supplier will consider the new conditions for us to achieve the accreditation and It would be therefore required: - • To carry out a full risk assessment of the business scope to identify the business-critical areas that include key stakeholders plans and then proceed with a further business impact assessment (BIA) on the findings of the risk assessment. • To develop a Business Continuity Plan in respect of the services, people, facilities and assets used to deliver the services of CWB, CVL, Fleet and shared services from Network Rail on the CVL infrastructure. The plan prepared must be consistent with the requirements of ISO 22301:2014 and associated continuity guidance, legal compliance and civil contingency guidance and be suitable for future implementation across the business activities. • To arrange and facilitate the exercising and testing of the business continuity management system (BCMS) and to improve by taking any required corrective actions based on the results of the management review and reappraising the scope of the BCMS and business continuity policy and objectives • To Monitor and review performance against business continuity policy and objectives, report the results to management for review, and determine and authorize actions for remediation and improvement. • To review and advise on the business’s change management systems in line with the continuity plans so that future proofing is a key factor, for example in the introduction of new rolling stock, new control centre. • To carry out an assessment around the governance and process of ownership and provide Guidance on where each should sit with departmentally or functionally.

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.sell2wales.gov.wales
www.sell2wales.gov.wales

1.2

Address from which documentation may be obtained


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

1.3

Completed documents must be returned to:


Keolis Amey Operations / Gweithrediadau Keolis Amey Limited

Procurement, 47 Penarth Road,

Cardiff

CF10 5DJ

UK

Leanne Millard

+44 2920720500


http://www.tfwrail.wales

2 Contract Details

2.1

Title

Business Continuity and crisis management

2.2

Description of the goods or services required

KAO intends to contract with a company or companies to provide the following services:

Part one of this requirement will be to undertake a full review of the InfaCo, OpCo and Fleet business continuity capabilities in all aspects of the scope of operation list above to attain ISO 22301: 2014 certification. The Organisation is aware that new regulations are coming in to play in 2019 we anticipate the successful supplier will consider the new conditions for us to achieve the accreditation and It would be therefore required: -

• To carry out a full risk assessment of the business scope to identify the business-critical areas that include key stakeholders plans and then proceed with a further business impact assessment (BIA) on the findings of the risk assessment.

• To develop a Business Continuity Plan in respect of the services, people, facilities and assets used to deliver the services of CWB, CVL, Fleet and shared services from Network Rail on the CVL infrastructure. The plan prepared must be consistent with the requirements of ISO 22301:2014 and associated continuity guidance, legal compliance and civil contingency guidance and be suitable for future implementation across the business activities.

• To arrange and facilitate the exercising and testing of the business continuity management system (BCMS) and to improve by taking any required corrective actions based on the results of the management review and reappraising the scope of the BCMS and business continuity policy and objectives

• To Monitor and review performance against business continuity policy and objectives, report the results to management for review, and determine and authorize actions for remediation and improvement.

• To review and advise on the business’s change management systems in line with the continuity plans so that future proofing is a key factor, for example in the introduction of new rolling stock, new control centre.

• To carry out an assessment around the governance and process of ownership and provide Guidance on where each should sit with departmentally or functionally.

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=94834.

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

72221000 Business analysis consultancy services
79400000 Business and management consultancy and related services
79410000 Business and management consultancy services
79411100 Business development consultancy services
100 UK - All
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

Immediate Response Requirements

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

Once you have decided whether to respond to this RFP, you MUST acknowledge the following matters in writing within 7 days of this publication. This must be emailed to procurement.help@tfwrail.wales / Primary Contact

4 Administrative Information

4.1

Type of Procedure

Single stage

4.2

Reference number attributed to the notice by the contracting authority

ENQ0057

4.3

Time Limits

Time-limit for receipt of completed tenders
    30-08-2019  Time  12:00

Estimated award date
 11-09-2019

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

(WA Ref:94834)

5.2

Additional Documentation

Business Continuity and Crisis Management Requirement Overview
RFP Buisness continuity
KAO Consultancy Agreement - Template - Consulting Company

5.3

Publication date of this notice

 13-08-2019

Coding

Commodity categories

ID Title Parent category
72221000 Business analysis consultancy services Systems and technical consultancy services
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
79410000 Business and management consultancy services Business and management consultancy and related services
79411100 Business development consultancy services General management 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:
13 August 2019
Notice type:
Speculative Notice
Authority name:
Keolis Amey Operations / Gweithrediadau Keolis Amey Limited
Publication date:
13 August 2019
Deadline date:
02 February 2021 00:00
Notice type:
Contract 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
16/08/2019 13:59
intention to respond
Good afternoon,

The procurement team would like to remind interested parties that you are required to submit your intention to bid via email.
30/08/2019 10:46
Notice date(s) changed
The Deadline date was changed from 30/08/2019 12:00 to 30/08/2019 17:00.

requested by supplier
03/02/2021 08:49
Notice Cancelled
This notice has been cancelled. The original deadline date of 30/08/2019 is no longer applicable.

The Sell2Wales Tender is being cancelled with no supplier to be appointed as a result. This is partly due to operational reasons, but also a change to the Business.

As you are aware, the Franchise is due to be transferred from Keolis Amey Operations/Gweithrediadau Keolis Amey Limited to Transport for Wales Rail Limited, and this transfer is currently planned to occur on 7 February 2021.

Thank you for the time and effort invested in preparing a bid.

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

doc
doc137.00 KB
This file may not be accessible.
docx
docx594.41 KB
This file may not be accessible.
doc
doc229.00 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.