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

Core Valley Lines Independent Reporter

  • First published: 14 May 2018
  • Last modified: 07 June 2018

Contents

Summary

OCID:
ocds-kuma6s-081483
Published by:
Transport for Wales
Authority ID:
AA50685
Publication date:
14 May 2018
Deadline date:
18 June 2018
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

An Independent Reporter (IR) is to be jointly appointed by The Welsh Ministers and by the Wales & Borders Operator and Development Partner (ODP) to provide impartial, expert advice to the ODP and TfW on the Infrastructure Management of the Core Valley Lines (CVL), covering matters such as: a) the adequacy of the ODP’s annual Asset Management Plan and Asset Knowledge Management Plan; b) payment adjustments to the ODP for maintenance activities because of discovered asset characteristics that attract additional payment under the GA; c) the ODP’s annual proposals for renewal works; and d) the asset management impact of the Authority’s proposed levels of funding for renewals. CPV: 71311200, 71311230, 71311300.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Transport for Wales

Southgate House, Wood Street

Cardiff

CF10 1EW

UK

Contact person: Tamara Evans

Telephone: +44 2921673434

E-mail: independentreporterprocurement@tfw.gov.wales

NUTS: UKL

Internet address(es)

Main address: https://tfw.gov.wales/

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA50685

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://award.bravosolution.co.uk/tfw/web/login


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://award.bravosolution.co.uk/tfw/web/login


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Operation and works associated with transport/rail infrastructure

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Core Valley Lines Independent Reporter

II.1.2) Main CPV code

71311200

 

II.1.3) Type of contract

Services

II.1.4) Short description

An Independent Reporter (IR) is to be jointly appointed by The Welsh Ministers and by the Wales & Borders Operator and Development Partner (ODP) to provide impartial, expert advice to the ODP and TfW on the Infrastructure Management of the Core Valley Lines (CVL), covering matters such as:

a) the adequacy of the ODP’s annual Asset Management Plan and Asset Knowledge Management Plan;

b) payment adjustments to the ODP for maintenance activities because of discovered asset characteristics that attract additional payment under the GA;

c) the ODP’s annual proposals for renewal works; and

d) the asset management impact of the Authority’s proposed levels of funding for renewals.

II.1.5) Estimated total value

Value excluding VAT: 3 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71311230

71311300

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

TfW is based in Cardiff, but intends to move its base to Pontypridd in 2019. The Service will cover the geographical extent of the Core Valley Lines in South Wales.

II.2.4) Description of the procurement

Tenderers must register their interest to gain access to the AWARD e-sourcing portal and the Invitation to Tender (ITT) pack by completing a Confidentiality Agreement (CA) and returning it to Transport for Wales (TFW) via email to independentreporterprocurement@tfw.gov.wales

The CA can be found in the Additional Documents section of this Notice on Sell2Wales, or alternatively you can request a copy from TfW via the email address above.

Any questions relating to the CA should be submitted to TfW via the email address above.

TfW is a wholly owned, not-for-profit company that was established to provide support and expertise to the Welsh Government in connection to transport projects in Wales.

An Independent Reporter (IR) is to be jointly appointed by the Welsh Ministers and by the ODP.

TfW, on behalf the Welsh Ministers is procuring an Operator and Development Partner (ODP) for the Wales and Borders Rail Service and South Wales Metro, and the role principally comprises:

- Operator of the Wales and Borders rail services;

- System Designer (to preliminary stage) and delivery manager for the Core Valley Lines (CVL) Transformation; and

- Operator and Infrastructure Manager for the Core Valley Lines (CVL).

The CVL comprise the routes from Cardiff Queen Street heading north to Merthyr Tydfil, Aberdare, Treherbert, Coryton and Rhymney and heading south to Cardiff Central and Cardiff Bay. The ODP is to lead the Transformation of the CVL into a metro-style, high frequency operation with improved journey times. To enable CVL Transformation, ownership of the CVL railway assets will be transferred from Network Rail to the Welsh Government. The ODP will also be responsible for the Infrastructure Management of the CVL on behalf of the Welsh Government from the date of Asset Transfer.

The IR Service is summarised as follows:

a) Determining, based on a non-compliance with one of the ODP's CVL Asset Assumptions or based on a Material Discovery, how an Emerging Charge should be adjusted to become Firm Charges or how a Firm Charge should be adjusted to become a Fixed Charge;

b) Assessing and determining other Infrastructure Management payments to be made to the ODP in accordance with the Grant Agreement (GA), if instructed to do so by one of the parties;

c) Reviewing, assessing and advising on the following ODP Infrastructure Manager plans; initial, annual and periodic:

Asset Operational Management; Safety; Asset Management; Asset Knowledge Management; Environment Management; Renewals and Enhancement; Discovery and Inspection; Disaster Management and Business Continuity;

d) Commenting and advising on the ODP’s Risk Based Management Framework and Standards and Derogations Management Process;

e) Advising on the impact of an Excluded Risk on Day to Day Asset Management, Cost, Performance, Reliability and Urgent Renewal requirements;

f) Assessing and advising on the Asset Management, Cost, Performance and Reliability impact of a proposed renewals deferral by the Authority;

g) Should the ODP and TfW fail to agree on any review, comment, approval or determination and elect to resolve any dispute using the GA dispute resolution procedure, providing and supporting any information as required by the appointed the appropriate dispute resolution process;

h) If requested by the Appointors, comment on an Asset Protection arrangement on the CVL;

i) Reporting on ODP compliance with its current Asset Management Plan in the period immediately before CVL Asset Handback at the end of the GA;

j) If required, advising on and providing certification in relation to the ODP and TfW performance in relation to the Asset Maintenance bond; and

k) Assessing and advising on whether the ODP and TfW are complying with the policies, decisions and requirements of the ORR.

The IR must be independent of both the ODP and TfW, so that it can provide its services and meet its duties impartially.

All the above capitalised terms are defined in the contract documentation provided with the procurement documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 3 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

The Contracting Authority has absolute discretion to, by notifying the Independent Reporter in writing at least six months prior to the Expiry Date, to extend the Term by any period they wish and as many times as they wish up to a total duration of 17 years.

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:

Selection criteria as stated in the procurement documents.

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

III.2.2) Contract performance conditions

Please refer to the Invitation to Tender documents

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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: 11/06/2018

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: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 11/06/2018

Local time: 13:00

Place:

TfW Offices in Cardiff

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Tenderers must register their expression of interest to gain access to the AWARD e-sourcing portal and the Invitation to Tender (ITT) pack by completing a Confidentiality Agreement (CA) and returning it to TfW via email to independentreporterprocurement@tfw.gov.wales

The CA can be found in the Additional Documents section (you must register your interest in the Contract Notice on Sell2Wales to access this section)of this Contract Notice on Sell2Wales, or alternatively you can request a copy from TfW via email to independentreporterprocurement@tfw.gov.wales

Any questions relating to the CA should be submitted to TfW via email to independentreporterprocurement@tfw.gov.wales.

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=81483.

(WA Ref:81483)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

N/A

N/A

UK

VI.5) Date of dispatch of this notice

11/05/2018

Coding

Commodity categories

ID Title Parent category
71311300 Infrastructure works consultancy services Civil engineering consultancy services
71311230 Railway engineering services Civil engineering consultancy services
61 Transport For Wales - Core Valley Lines Sell2Wales Projects
71311200 Transport systems consultancy services Civil engineering consultancy services

Delivery locations

ID Description
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)

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:
14 May 2018
Deadline date:
18 June 2018 00:00
Notice type:
02 Contract Notice
Authority name:
Transport for Wales
Publication date:
12 June 2018
Notice type:
14 Corrigendum
Authority name:
Transport for Wales
Publication date:
28 September 2018
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Transport for Wales

About the buyer

Main contact:
independentreporterprocurement@tfw.gov.wales
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
07/06/2018 14:54
Notice date(s) changed
IV.2.2) Time limit
Old date: 11/06/2018 12:00
New date: 18/06/2018 12:00

IV.2.7) Conditions for opening of tenders
Old date: 11/06/2018 13:00
New date: 18/06/2018 13:00

Extension to tender submission date.

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
docx389.90 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.