Opportunity

Consultancy Panels 2

  • Transport for Wales

F02: Contract notice

Notice reference: 2023/S 000-013226

Published 10 May 2023, 9:11am



Section one: Contracting authority

one.1) Name and addresses

Transport for Wales

3 Llys Cadwyn, Taff Street

Pontypridd

CF37 4TH

Email

procurement@tfw.wales

Telephone

+44 2921673434

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://tfw.wales

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA50685

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etenderwales.bravosolution.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Transport


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Consultancy Panels 2

Reference number

C000707.00

two.1.2) Main CPV code

  • 71311200 - Transport systems consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Transport for Wales (TfW) is carrying out a procurement advertised in the FTS, via Sell2 Wales, under the Open Procedure of the Public Contracts Regulations 2015 to procure ‘Consultancy Panels 2’ services.

TfW is a not for profit company, wholly owned by the Welsh Government. TfW exists to drive forward the Welsh Government’s vision of a high quality, safe, integrated, affordable and accessible transport network that the people of Wales are proud of. It will also help to change the way we understand, plan, use and invest in transport in Wales.

TfW are looking to put in place Consultancy Panels 2 Framework, comprising of 7 Lots across a number of specialisms providing TfW access to specialist consultancy services as per the below areas.

Lot 1 – Stakeholder Management

Lot 2 – Monitoring and Evaluation

Lot 3 – Transport Data Collection

Lot 4 – Fleet Decarbonisation Technical Support

Lot 5 – Green Infrastructure

Lot 6 – Active Travel

Lot 7 – Architectural Services

Each lot will include the provision of direct award of commissions to suppliers on a rotational basis under the value of GBP25,000, with requirements above this threshold awarded via the mini competition process.

Each Lot will have no more than 5 successful suppliers, with each supplier being limited to submit a bid for up to 3 Lots.

Estimated value for the framework will be up to GBP250,000 per lot per annum depending on requirements (anticipated commissions will range between GBP10,000 - GBP60,000), and all commissions will be subject to remit. Please note that TfW is not committed to spend up to this value and that our spend is subject to annual funding cycles.

The duration of the contract will be for an initial period of two (2) years with an option to extend, at TfW’s discretion, for up to two (2) period(s) of 12 months each.

two.1.5) Estimated total value

Value excluding VAT: £7,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Monitoring and Evaluation

Lot No

2

two.2.2) Additional CPV code(s)

  • 79419000 - Evaluation consultancy services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

The Scope of the monitoring and evaluation work will typically include but not be limited to the following:

Identifying suitable metrics for assessing performance against the objectives of an intervention;

Preparing Monitoring & Evaluation Plans / Benefits Realisation Plans in line with the Magenta Book (or other relevant guidance depending on the intervention) for inclusion in transport business cases. These Plans will need to be proportionate to the scale of investment;

Commissioning (or undertaking) data collection to support reporting in line with the Monitoring & Evaluation Plan;

Data collation and analysis, including preparing data dashboards aligned with monitoring frameworks;

Preparing WelTAG Stage 5 Monitoring & Evaluation Reports, or similar. Depending on the scale of the intervention, these reports may need to include a systematic assessment of the design, implementation and outcomes of an intervention, to understand its effects and what can be improved as well as identifying lessons learned.

two.2.5) Award criteria

Quality criterion - Name: Quality / 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

Option to extend for up to two (2) periods of 12 months each.

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

two.2) Description

two.2.1) Title

Fleet Decarbonisation Technical Support

Lot No

4

two.2.2) Additional CPV code(s)

  • 90700000 - Environmental services
  • 90711000 - Environmental impact assessment other than for construction
  • 90711200 - Environmental standards other than for construction
  • 90713000 - Environmental issues consultancy services
  • 71356300 - Technical support services
  • 71621000 - Technical analysis or consultancy services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

Technical support and advice in the field of zero emission fleet decarbonisation, along with supporting infrastructure and energy considerations. This will include independent expert technical support and advice in relation to:

Assessment of size and characteristics of fleet/vehicles – current and future;

Vehicle operational locations aligned with consideration of current and future bus corridors;

Bus fleet requirements and performance to meet the needs of service routes – including topography, route and network lengths, suitability of different fueled vehicles;

New and emerging energy provision;

Cost, energy and carbon profiles;

End of life recycle/retirement or repurposing;

Infrastructure and procurement support;

Other technical support and advice that may be identified in relation to decarbonisation of the bus fleet and other associated vehicles;

End-user research: identifying optimal locations for EV charging infrastructure (car parks, on-street, stations, etc.) considering a range of factors (cost, feasibility, demand, socio-economic / environmental goals).

Technical support and advice, modelling and design of zero and low emission vehicle depots, outstations, opportunity charging points and other associated infrastructure including public charging points.

Design, modelling and coordination of connections to the electrical distribution network, along with other power and fuel sources.

Design, modelling and coordination of highway access and egress, including any zero emission vehicle priority measures.

two.2.5) Award criteria

Quality criterion - Name: Quality / 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

Option to extend for up to two periods of 12 months each.

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

two.2) Description

two.2.1) Title

Architectural Services

Lot No

7

two.2.2) Additional CPV code(s)

  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71222000 - Architectural services for outdoor areas

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

The scope of the architectural services work will typically include but not be limited to the following:

Early interior and exterior concept design for estate and infrastructure changes;

Placemaking input;

Area master planning;

Artistic impressions/images.

The stage of involvement will typically correspond to RIBA stages 1 and 2.

two.2.5) Award criteria

Quality criterion - Name: Quality / 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

Option to extend for up to two periods of 12 months each.

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

two.2) Description

two.2.1) Title

Transport Data Collection

Lot No

3

two.2.2) Additional CPV code(s)

  • 72314000 - Data collection and collation services
  • 72316000 - Data analysis services
  • 71311200 - Transport systems consultancy services
  • 63712710 - Traffic monitoring services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

The scope of the transport data collection work will typically include but not be limited to the following:

Specifying transport data collection programmes, including method statements / risk assessments;

Planning and delivering:

Interview surveys at rail/bus stations or on-street, such as origin-destination / user perception;

Classified traffic speed and volume counts including turning counts, using tube/radar devices or cameras;

Public transport passenger counts – boarding/alighting/on-board/footfall – using cameras and/or counting devices;

Active travel (walking and cycling) volume counts.

Ability to arrange access permits / traffic management for the above surveys as required;

Analysing raw data to provide summary/dashboard style data to TfW.

two.2.5) Award criteria

Quality criterion - Name: Quality / 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

Option to extend for up to two periods of 12 months each.

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

two.2) Description

two.2.1) Title

Green Infrastructure

Lot No

5

two.2.2) Additional CPV code(s)

  • 77310000 - Planting and maintenance services of green areas
  • 71242000 - Project and design preparation, estimation of costs
  • 71320000 - Engineering design services
  • 79930000 - Specialty design services
  • 79415200 - Design consultancy services
  • 71313000 - Environmental engineering consultancy services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

Specialist green infrastructure contractors to support upcoming and future work for numerous teams at TfW.

Services required would need to cover a wide variety of GI including green roofs, biosolar roofs, living walls and rain gardens;

Services would require both practical and auditing elements including planning, design, installation and maintenance along with the ability to work closely with multi contractors to ensure cost values and functionality are maintained;

Experience of delivering GI projects in the transport sector would be an advantage due to the unique challenges (e.g. consents) this entails.

two.2.5) Award criteria

Quality criterion - Name: Quality / 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

Option to extend for up to two periods of 12 months each

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

two.2) Description

two.2.1) Title

Active Travel

Lot No

6

two.2.2) Additional CPV code(s)

  • 79417000 - Safety consultancy services
  • 71410000 - Urban planning services
  • 71356400 - Technical planning services
  • 71311200 - Transport systems consultancy services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

The scope of the active travel work will typically include but not be limited to the following:

Technical expertise on active travel including safety, sustainability and risk considerations;

Scheme design/scheme design review. The ability to procure review of designs will likely be more appropriate to support TfW when capacity pressures exist, particularly in relation to the review of design drawings etc. If LAs are unable to access existing consultancy frameworks for design work then there could be a potential opportunity through this framework;

Active travel strategic development and advice;

Active Travel Network planning and development.

two.2.5) Award criteria

Quality criterion - Name: Quality / 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

Option to extend for up to two periods of 12 months each.

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

two.2) Description

two.2.1) Title

Stakeholder Management

Lot No

1

two.2.2) Additional CPV code(s)

  • 72224000 - Project management consultancy services
  • 79416200 - Public relations consultancy services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

The Scope of the Stakeholder Management Work will typically include but not be limited to the following:

Development and delivery of strategic engagement programmes;

Co-ordination and facilitation of project meetings and regional workshops;

Political engagement and communications strategy development;

Preparation of communications materials and briefings to stakeholders including TfW, Welsh Government, Network Rail, Bus Operators and other external key project level stakeholders.

The main components that will feed into Lot 1 Stakeholder Management will be made of the following in cooperation with the relevant TfW communications lead, and will also feed into feasibility studies and strategic outline business cases:

Preparation and management of stakeholder communication plans;

Organising and facilitating stakeholder events and meetings. Including liaising with local authorities;

Appraise stakeholders of economic analysis and update them on progress;

To reach out to a wider cohort of stakeholders to convey the high level challenges faced;

To develop a consensus to underpin and increase stakeholder engagement and buy in; and to ensure significant stakeholders are involved in the planning, financing and delivery of transport related projects;

Arrange briefings for Members of the Senedd and Members of Parliament and using all-Party Parliamentary Groups (APPG). This will involve both liaising with APPGs, meeting the APPG Chairs and relevant Members of the Senedd and Members of Parliament and liaising with TfW on progress and logistical details;

Carrying out underpinning activities to facilitate the success of the briefings;

Producing briefings for UK national newspapers and setting up and attending exclusive in-depth interview with the Ministers, in cooperation with TfW communications team;

Producing briefings, drafting press releases and securing attendance of trade media at briefings.

two.2.5) Award criteria

Quality criterion - Name: Quality / 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

Option to extend for up to two (2) periods of 12 months each.

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

Please refer to the tender documentation.

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

three.2) Conditions related to the contract

three.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 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: 35

In the case of framework agreements, provide justification for any duration exceeding 4 years:

(Up to 5 Suppliers per lot)

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 010-121565

four.2.2) Time limit for receipt of tenders or requests to participate

Date

12 June 2023

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

12 June 2023

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Tender documents will be available via eTenderWales at:

https://etenderwales.bravosolution.co.uk/

Please refer to project_53403 and ITT_102648 - Consultancy Panels 2 to obtain the tender documentation.

Any tenderer queries and responses and any circulars that may be issued during the tender period are to be communicated exclusively via the eTenderWales portal only. All responses will be shared with all tenderers unless the query is deemed confidential or commercially sensitive.

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=131409

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Please refer to tender documentation.

(WA Ref:131409)

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