Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
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.2) Joint procurement
The contract is awarded by a central purchasing body
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 has appointed a number of suppliers to a Framework to carry out AsBo, NoBo and DeBo assessments across the network. The certification Body(s) carry out the CSM Risk Evaluation and Assessment work.
The appointed suppliers are 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.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
500 000.00
GBP
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
TfW has completed the procurement and appointed competent contractors with sound experience of undertaking AsBo, NoNo and DeBo assessments across the network.
The certification Body(s) will carry out the CSM Risk Evaluation and Assessment work for our network.
The appointed suppliers are 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.
II.2.5) Award criteria
Quality criterion: Methodology and Approach
/ Weighting: 15%
Quality criterion: Projects
/ Weighting: 20%
Quality criterion: Tender Price Vs Final Account price
/ Weighting: 10%
Quality criterion: Collaboration
/ Weighting: 5%
Quality criterion: Organogram and Experience
/ Weighting: 10%
Quality criterion: Well Being Future Generations Act
/ Weighting: 10%
Price
/ Weighting:
30
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 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
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2021/S 000-002620
Section V: Award of contract
Contract No: C000369.00
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
26/04/2021
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Ricardo Rail
Edward Lloyd House, 8, Pinnacle Way, Pride Park
Derby
DE248ZS
UK
Telephone: +44 7970607390
E-mail: nicola.pollard@ricardo.com
NUTS: UKF11
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
SNC-Lavalin Rail & Transit Limited
SNC-Lavalin House, 2 Roundhouse Road, Pride Park
DERBY
DE248JE
UK
Telephone: +44 7969583024
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Mott MacDonald Main Account
Mott MacDonald, 2 Callaghan Square
Cardiff
CF105BT
UK
Telephone: +44 2920478950
NUTS: UKL
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
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 has appointed 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.
(WA Ref:110086)
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
15/10/2021