Construction Tenders

29 April 2025

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 25th Oct 2024

Tender Details
Referenceocds-h6vhtk-04b18c
Common Procurement VocabularyCivil engineering consultancy services
Procurement MethodOpen procedure
Value£600,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 25th Oct 2024

Tender Details
Referenceocds-h6vhtk-04b18c
Common Procurement VocabularyCivil engineering consultancy services
Procurement MethodOpen procedure
Value£600,000

Section I: Contracting authority

I.1) Name and addresses

Transport for Wales

3 Llys Cadwyn, Taff Street

Pontypridd

CF37 4TH

Email

procurement [at] 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

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