Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 25th Oct 2024
Reference | ocds-h6vhtk-04b18c |
Common Procurement Vocabulary | Civil engineering consultancy services |
Procurement Method | Open procedure |
Value | £600,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 25th Oct 2024
Reference | ocds-h6vhtk-04b18c |
Common Procurement Vocabulary | Civil engineering consultancy services |
Procurement Method | Open procedure |
Value | £600,000 |
Section I: Contracting authority
I.1) Name and addresses
Transport for Wales
3 Llys Cadwyn, Taff Street
Pontypridd
CF37 4TH
procurement [at] tfw.wales
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
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.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
I.4) Type of the contracting authority
Ministry or any other national or federal authority
I.5) Main activity
Other activity
Transport
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Independent Assessor (AsBo, ApBo and DeBo) for the Cardiff Central Enhancement Programme (CCEP)
Reference number
C001104.00
II.1.2) Main CPV code
- 71311000 - Civil engineering consultancy services
II.1.3) Type of contract
Services
II.1.4) Short description
With a projected passenger growth of over 50% by 2043 means there is a need to upgrade the Cardiff Central railway station to meet the additional passenger demand whilst enhancing the passenger experience and integrating sustainable travel modes. Cardiff Central Enhancement Programme (CCEP), led by Transport for Wales (TfW) on behalf of the Welsh Government, proposes a series of enhancements at the station to address the following drivers for change:
- Alleviate congestion and improve capacity within the station.
- Improve user experience and facilities.
- Enhance interchange, connectivity, and resilience.
The aim of this contract notice is to procure an independent assessment and verification services for CCEP.
II.1.5) Estimated total value
Value excluding VAT: £600,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 71311000 - Civil engineering consultancy services
- 71311200 - Transport systems consultancy services
- 79132000 - Certification services
- 71530000 - Construction consultancy services
- 79417000 - Safety consultancy services
- 72246000 - Systems consultancy services
II.2.3) Place of performance
NUTS codes
- UKL - Wales
II.2.4) Description of the procurement
The scope of this contract is to provide independent assessment and verification services for the Cardiff Central Enhancements Programme (CCEP).
The CCEP project scope can be found in Annex 1.
The project is managed and delivered by TfW, which is a company set up by Welsh Government to manage the transport infrastructure on behalf of the Welsh Government. In the context of this project, TfW is a third-party developer on Network Rail infrastructure.
The project is governed through the TfW ‘Plan of Works’ (PoW) project lifecycle, which aligns with the Network Rail Project Acceleration in a Controlled Environment (PACE) project lifecycle as shown below:
TfW Plan of Work (PoW)
Stage A – Develop Output Requirements and Options
Stage B – Options Development and Selection
Stage C – Preliminary Design
Stage D – Statutory Process
Stage E – Detailed Design
Stage F – Construct, Commission and Handover
Stage G - Closeout
Network Rail PACE
Phase 1 – Strategic Development & Project Selection
ES1
Phase 1 – Strategic Development & Project Selection
ES2
Phase 1 – Strategic Development & Project Selection
ES3
Phase 2 – Project Development & Design
ES4
Phase 2 – Project Development & Design
ES5
Phase 3 – Project Delivery
ES6
Phase 4 – Project Close
ES7
Phase 4 – Project Close
ES8
The proposed works will be carried out in accordance with the Railways (Interoperability) Regulations 2011 (as amended) (RIR) and the Common Safety Method for Risk Evaluation & Assessment (CSM-REA).
The Supplier shall provide the following roles for the project:
− Assessment Body (AsBo) to provide independent verification for compliance with CSM-REA;
− Approved Body (ApBo) to provide independent verification for interoperability in accordance with the applicable National Technical Specifications Notifications (NTSNs) under the RIR;
− Designated Body (DeBo) to provide independent verification for interoperability in accordance with the applicable National Technical Rules (NTRs) under the RIR.
The above roles shall be undertaken by suitably qualified and competent personnel with prior experience providing similar roles on multi-disciplinary rail projects. System Safety Assurance Qualifications or equivalent required.
The AsBo, ApBo, and DeBo shall support TfW in delivering the safety assessments and authorisation tasks to enable Entry into Service (EiS) and Authorisation for Placing into Service (APiS).
The required safety assessment and authorisation tasks are specified in TfW’s System Safety and Authorisation Strategy (document ref: TfW-ENG-PRO-ID00299).
The system safety and authorisation approach to be followed throughout the project lifecycle is specified in the Cardiff Central Enhancements Programme System Safety and Authorisation Plan (document ref: W001147-TFW-00-REP-ESS-000003).
The Tenderers will need to provide evidence on the following accreditation standards:
− Accreditation Standards UKAS ISO/IEC 17020 (AsBo: Product Conformity Certification)
− Accreditation Standards UKAS ISO/IEC 17065 (ApBo/DeBo: Inspection Body)
− Accreditation Standards ISO 9001 (Quality Management Systems)
The Tenderers will need to:
− Work collaboratively with TfW to ensure a progressive assurance approach for all documents outlined in Volume 2
− Key dates
− Key milestones
− Working remotely as well as in person at the Pontypridd office or the Cardiff Central office (St. Patrick’s House) ad-hoc
II.2.5) Award criteria
Quality criterion - Name: Methodology / Weighting: 15
Quality criterion - Name: project Validation approach / Weighting: 10
Quality criterion - Name: Response to annex 2 case study / Weighting: 10
Quality criterion - Name: Value for Money / Weighting: 5
Quality criterion - Name: Collaboration / Weighting: 10
Quality criterion - Name: Organogram & Key skills and experience / Weighting: 10
Quality criterion - Name: Objectives under the Well-being of Future Generations Act / Weighting: 10
Price - Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to 12 months
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
As per the tender documentation
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
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the 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
25 November 2024
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English, Walloon
IV.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)
IV.2.7) Conditions for opening of tenders
Date
25 November 2024
Local time
2:00pm
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
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=145577
(WA Ref:145577)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom