Notice Information
Notice Title
AsBo and NoBo consultants
Notice Description
TfW has appointed a number of suppliers to a Framework to carry out AsBo, NoBo and DeBo assessments across the network. The certification Body(s) carry out the CSM Risk Evaluation and Assessment work. The appointed suppliers are 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).
Lot Information
Lot 1
TfW has completed the procurement and appointed competent contractors with sound experience of undertaking AsBo, NoNo and DeBo assessments across the network. The certification Body(s) will carry out the CSM Risk Evaluation and Assessment work for our network. The appointed suppliers are 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.
Renewal: Extension option for a further 24 months in 12 month intervals
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0291a3
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/025809-2021
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
35 - Security, fire-fighting, police and defence equipment
45 - Construction work
48 - Software package and information systems
50 - Repair and maintenance services
60 - Transport services (excl. Waste transport)
63 - Supporting and auxiliary transport services; travel agencies services
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
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
60200000 - Railway transport services
63711000 - Support services for railway transport
71311230 - Railway engineering services
71313410 - Risk or hazard assessment for construction
72212140 - Railway traffic control software development services
79417000 - Safety consultancy services
90711100 - Risk or hazard assessment other than for construction
Notice Value(s)
- Tender Value
- £500,000 £500K-£1M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £500,000 £500K-£1M
Notice Dates
- Publication Date
- 15 Oct 20214 years ago
- Submission Deadline
- 11 Mar 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 25 Apr 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 2024
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSPORT FOR WALES
- Contact Name
- Leanne Millard
- Contact Email
- procurement@tfw.wales
- Contact Phone
- +44 2921673434
Buyer Location
- Locality
- PONTYPRIDD
- Postcode
- CF37 4TH
- Post Town
- Cardiff
- Country
- Wales
-
- Major Region (ITL 1)
- TLL Wales
- Basic Region (ITL 2)
- TLL5 South East Wales
- Small Region (ITL 3)
- TLL51 Central Valleys and Bridgend
- Delivery Location
- TLL Wales
-
- Local Authority
- Rhondda Cynon Taf
- Electoral Ward
- Pontypridd Town
- Westminster Constituency
- Pontypridd
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-0291a3-2021-10-15T11:24:02+01:00",
"date": "2021-10-15T11:24:02+01:00",
"ocid": "ocds-h6vhtk-0291a3",
"description": "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 has appointed 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. (WA Ref:110086)",
"initiationType": "tender",
"tender": {
"id": "C000369.00",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "AsBo and NoBo consultants",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "60200000",
"description": "Railway transport services"
},
"mainProcurementCategory": "services",
"description": "TfW has appointed a number of suppliers to a Framework to carry out AsBo, NoBo and DeBo assessments across the network. The certification Body(s) carry out the CSM Risk Evaluation and Assessment work. The appointed suppliers are 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).",
"value": {
"amount": 500000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "TfW has completed the procurement and appointed competent contractors with sound experience of undertaking AsBo, NoNo and DeBo assessments across the network. The certification Body(s) will carry out the CSM Risk Evaluation and Assessment work for our network. The appointed suppliers are 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.",
"awardCriteria": {
"criteria": [
{
"name": "Methodology and Approach",
"type": "quality",
"description": "15%"
},
{
"name": "Projects",
"type": "quality",
"description": "20%"
},
{
"name": "Tender Price Vs Final Account price",
"type": "quality",
"description": "10%"
},
{
"name": "Collaboration",
"type": "quality",
"description": "5%"
},
{
"name": "Organogram and Experience",
"type": "quality",
"description": "10%"
},
{
"name": "Well Being Future Generations Act",
"type": "quality",
"description": "10%"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Extension option for a further 24 months in 12 month intervals"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71313410",
"description": "Risk or hazard assessment for construction"
},
{
"scheme": "CPV",
"id": "90711100",
"description": "Risk or hazard assessment other than for construction"
},
{
"scheme": "CPV",
"id": "63711000",
"description": "Support services for railway transport"
},
{
"scheme": "CPV",
"id": "34632200",
"description": "Electrical signalling equipment for railways"
},
{
"scheme": "CPV",
"id": "34940000",
"description": "Railway equipment"
},
{
"scheme": "CPV",
"id": "35262000",
"description": "Crossing control signalling equipment"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45234115",
"description": "Railway signalling works"
},
{
"scheme": "CPV",
"id": "48140000",
"description": "Railway traffic control software package"
},
{
"scheme": "CPV",
"id": "50220000",
"description": "Repair, maintenance and associated services related to railways and other equipment"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "72212140",
"description": "Railway traffic control software development services"
},
{
"scheme": "CPV",
"id": "79417000",
"description": "Safety consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKL"
},
{
"region": "UKL"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://etenderwales.bravosolution.co.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "TfW are looking for qualified suppliers under the Rail Products (Inc. Interoperability) only.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 3
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-03-11T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en",
"cy"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"awardPeriod": {
"startDate": "2021-03-11T12:30:00Z"
},
"bidOpening": {
"date": "2021-03-11T12:30:00Z"
},
"hasRecurrence": true,
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"recurrence": {
"description": "2024"
}
},
"parties": [
{
"id": "GB-FTS-4225",
"name": "Transport for Wales",
"identifier": {
"legalName": "Transport for Wales"
},
"address": {
"streetAddress": "3 Llys Cadwyn, Taff Street",
"locality": "Pontypridd",
"region": "UKL",
"postalCode": "CF37 4TH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Leanne Millard",
"telephone": "+44 2921673434",
"email": "procurement@tfw.wales",
"url": "https://etenderwales.bravosolution.co.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://trc.cymru",
"buyerProfile": "https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA50685",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"description": "Transport related services"
}
]
}
},
{
"id": "GB-FTS-111",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"streetAddress": "Royal Courts of Justice, The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2079477501"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-31710",
"name": "Ricardo Rail",
"identifier": {
"legalName": "Ricardo Rail"
},
"address": {
"streetAddress": "Edward Lloyd House, 8, Pinnacle Way, Pride Park",
"locality": "Derby",
"region": "UKF11",
"postalCode": "DE248ZS",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7970607390",
"email": "nicola.pollard@ricardo.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-31711",
"name": "SNC-Lavalin Rail & Transit Limited",
"identifier": {
"legalName": "SNC-Lavalin Rail & Transit Limited"
},
"address": {
"streetAddress": "SNC-Lavalin House, 2 Roundhouse Road, Pride Park",
"locality": "DERBY",
"region": "UK",
"postalCode": "DE248JE",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7969583024"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-12707",
"name": "Mott MacDonald Main Account",
"identifier": {
"legalName": "Mott MacDonald Main Account"
},
"address": {
"streetAddress": "Mott MacDonald, 2 Callaghan Square",
"locality": "Cardiff",
"region": "UKL",
"postalCode": "CF105BT",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2920478950"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-4225",
"name": "Transport for Wales"
},
"language": "en",
"awards": [
{
"id": "025809-2021-C000369.00-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-31710",
"name": "Ricardo Rail"
},
{
"id": "GB-FTS-31711",
"name": "SNC-Lavalin Rail & Transit Limited"
},
{
"id": "GB-FTS-12707",
"name": "Mott MacDonald Main Account"
}
]
}
],
"contracts": [
{
"id": "025809-2021-C000369.00-1",
"awardID": "025809-2021-C000369.00-1",
"status": "active",
"value": {
"amount": 500000,
"currency": "GBP"
},
"dateSigned": "2021-04-26T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 5
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 2
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 5
}
]
}
}