Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Transport for Wales
  3 Llys Cadwyn, Taff Street
  Pontypridd
  CF37 4TH
  UK
  
            Contact person: Leanne Millard
  
            Telephone: +44 2921673434
  
            E-mail: procurement@tfw.wales
  
            NUTS: UKL
  Internet address(es)
  
              Main address: http://trc.cymru
  
              Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA50685
 
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
            Other: Transport related services
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
AsBo and NoBo consultants
            Reference number: C000369.00
  II.1.2) Main CPV code
  60200000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  TfW are looking to appoint several suppliers to a Framework to carry out AsBo, NoBo and DeBo assessments across the network. The certification Body will need to carry out the CSM Risk Evaluation and Assessment work.
  The suppliers will be required to undertake the role of the Notifiable, Designated and Assessment Bodies in association with the design, construction, and eventual commissioning into service of a railway.
  Work will be done in accordance with the Railways (Interoperability) Regulations 2011 (as amended) and the Common Safety Method for Risk Evaluation & Assessment (CSM-RA).
  II.1.5) Estimated total value
  Value excluding VAT: 
			500 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    71313410
    90711100
    63711000
    34632200
    34940000
    35262000
    45234100
    45234115
    48140000
    50220000
    71311230
    72212140
    79417000
    II.2.3) Place of performance
    NUTS code:
    UKL
    II.2.4) Description of the procurement
    The purpose of this tender is to identify and appoint competent contractors with sound experience of undertaking AsBo, NoNo and DeBo assessments across the network.
    The certification Body will need to carry out the CSM Risk Evaluation and Assessment work for our network.
    The suppliers will be required to undertake the role of the Notifiable, Designated and Assessment Bodies in association with the design, construction, and eventual commissioning into service of a railway.
    The Notified Body (NoBo) – will provide independent verification of each project’s compliance with the appointed Technical Specifications for interoperability (TSIs) under the Railway (Interoperability) Regulations 2011 (RIR)
    The Designated Body (DeBo) – will provide independent verification of the project’s compliance with the Notified National Technical Rules (NNTRs)
    The Assessment Body (AsBo) – will provide the activities required to independently assess each stations project’s compliance.
    The Framework will run for an initial two (2) years with two (2) options to extend for a 12-month period.
    Due to the time constraints the first work package, Deeside will form part of the initial tender process and the supplier who has ranked 1st will be allocated the project and any future projects will be procured via a mini competition under the framework.
    Further information can be found in the ITT documents via Etenderwales
    https://etenderwales.bravosolution.co.uk                                        ITT_85306                                                                        Project_46209
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Technical
                    / Weighting: 70
    
                    Price
                    
                      / Weighting: 
                      30
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 24
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    Extension option for a further 24 months in 12 month intervals
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
  III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
  List and brief description of conditions:
  TfW are looking for qualified suppliers under the Rail Products (Inc. Interoperability) only.
  III.1.2) Economic and financial standing
  Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
  Selection criteria as stated in the procurement documents
 
III.2) Conditions related to the contract
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 with several operators.
  
                            Envisaged maximum number of participants to the framework agreement: 3
  IV.1.8) Information about Government Procurement Agreement (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        Yes
      
 
IV.2) Administrative information
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              05/03/2021
  
                Local time: 12:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  CY
  IV.2.7) Conditions for opening of tenders
  
              Date:
              05/03/2021
  
              Local time: 12:30
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        Yes
      
Estimated timing for further notices to be published:
2024
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Transport for Wales (‘TfW’) is currently working to transform the Wales and Borders Rail Service and is developing plans for implementing and operating a South Wales Metro. The vision is to provide a service that is truly 'turn up and go', with better integration with other modes of transport, including buses, and flexible ticketing options. Travellers will be able to move easily across the south-east Wales region with improved capacity, improved quality and improved passenger information.
TfW will appoint a multi supplier framework for Assessment Body and Nominated Body services for stations across the network.
The works will cover all stations across the network.
Individual packages will provide details of each site and nature/extend of the requirement.
The Framework will run for an initial two (2) years with two (2) options to extend for a 12-month period.
Due to the time constraints the first work package, Deeside will form part of the initial tender process and the supplier who has ranked 1st will be allocated the project and any future project will be procured via a mini competition under the framework.
To gain access to the tender documentation please use the link https://etenderwales.bravosolution.co.uk                                        ITT_85306                                                                        Project_46209
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=106983
(WA Ref:106983)
The buyer considers that this contract is suitable for consortia.
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
01/02/2021