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