Section one: Contracting authority
one.1) Name and addresses
Transport for Wales
3 Llys Cadwyn, Taff Street
Pontypridd
CF37 4TH
Contact
Leanne Millard
Telephone
+44 2921673434
Country
United Kingdom
NUTS code
UKL - WALES
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA50685
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Transport related services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
AsBo and NoBo consultants
Reference number
C000369.00
two.1.2) Main CPV code
- 60200000 - Railway transport services
two.1.3) Type of contract
Services
two.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).
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71313410 - Risk or hazard assessment for construction
- 90711100 - Risk or hazard assessment other than for construction
- 63711000 - Support services for railway transport
- 34632200 - Electrical signalling equipment for railways
- 34940000 - Railway equipment
- 35262000 - Crossing control signalling equipment
- 45234100 - Railway construction works
- 45234115 - Railway signalling works
- 48140000 - Railway traffic control software package
- 50220000 - Repair, maintenance and associated services related to railways and other equipment
- 71311230 - Railway engineering services
- 72212140 - Railway traffic control software development services
- 79417000 - Safety consultancy services
two.2.3) Place of performance
NUTS codes
- UKL - WALES
two.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
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 70
Price - Weighting: 30
two.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
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 March 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
four.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)
four.2.7) Conditions for opening of tenders
Date
11 March 2021
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2024
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.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.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom