Tender

AsBo and NoBo consultants

  • Transport for Wales

F02: Contract notice

Notice identifier: 2021/S 000-002620

Procurement identifier (OCID): ocds-h6vhtk-0291a3

Published 9 February 2021, 2:48pm



Section one: Contracting authority

one.1) Name and addresses

Transport for Wales

3 Llys Cadwyn, Taff Street

Pontypridd

CF37 4TH

Contact

Leanne Millard

Email

procurement@tfw.wales

Telephone

+44 2921673434

Country

United Kingdom

NUTS code

UKL - WALES

Internet address(es)

Main address

http://trc.cymru

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