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.

02 Contract Notice

AsBo and NoBo consultants

  • First published: 09 February 2021
  • Last modified: 09 February 2021

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-108099
Published by:
Transport for Wales
Authority ID:
AA50685
Publication date:
09 February 2021
Deadline date:
11 March 2021
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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). CPV: 60200000, 71313410, 90711100, 63711000, 34632200, 34940000, 35262000, 45234100, 45234115, 48140000, 50220000, 71311230, 72212140, 79417000.

Full notice text

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: 11/03/2021

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

CY

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 11/03/2021

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

Please note this Contract Notice is a replacement Notice for S2W Id Nr FEB358069 due to publication issues with FTS

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=108099

(WA Ref:108099)

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

09/02/2021

Coding

Commodity categories

ID Title Parent category
35262000 Crossing control signalling equipment Police signs
34632200 Electrical signalling equipment for railways Railways traffic-control equipment
45234100 Railway construction works Construction work for railways and cable transport systems
71311230 Railway engineering services Civil engineering consultancy services
34940000 Railway equipment Miscellaneous transport equipment and spare parts
45234115 Railway signalling works Construction work for railways and cable transport systems
72212140 Railway traffic control software development services Programming services of application software
48140000 Railway traffic control software package Industry specific software package
60200000 Railway transport services Transport services (excl. Waste transport)
50220000 Repair, maintenance and associated services related to railways and other equipment Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
71313410 Risk or hazard assessment for construction Environmental engineering consultancy services
90711100 Risk or hazard assessment other than for construction Environmental impact assessment other than for construction
79417000 Safety consultancy services Business and management consultancy services
63711000 Support services for railway transport Support services for land transport
85 Transport for Wales 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
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:
09 February 2021
Deadline date:
11 March 2021 00:00
Notice type:
02 Contract Notice
Authority name:
Transport for Wales
Publication date:
15 October 2021
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Transport for Wales

About the buyer

Main contact:
procurement@tfw.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.