Award

AsBo and NoBo consultants

TRANSPORT FOR WALES

This public procurement record has 2 releases in its history.

Award

15 Oct 2021 at 10:24

Tender

09 Feb 2021 at 14:48

Summary of the contracting process

Transport for Wales (TfW) is executing a procurement process for a multi-supplier framework to appoint Assessment Body (AsBo), Notifiable Body (NoBo), and Designated Body (DeBo) services across the Wales and Borders Rail Service network. The procurement is currently in the Award stage, with an active award valued at £500,000, signed on 26 April 2021. The framework is expected to run for an initial two years, with two 12-month extension options. Bidders were assessed on quality and price criteria, and the successful suppliers include Ricardo Rail, SNC-Lavalin Rail & Transit Limited, and Mott MacDonald Main Account, based on their experience and methodology.

This opportunity presents significant potential for businesses in the rail transport sector, specifically those specialising in risk assessment, railway engineering, and compliance certification. Companies equipped with experience in AsBo, NoBo, and DeBo assessments, as well as those involved in related services such as safety consultancy and railway construction, would be well-suited to engage with this framework. The contract supports the integration of improved transport services in south-east Wales, offering a chance for businesses to contribute to a key infrastructure project that aims to enhance user experience and connectivity.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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

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

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

Supplier Information

Number of Suppliers
3
Supplier Names

MOTT MACDONALD MAIN ACCOUNT

RICARDO RAIL

SNC-LAVALIN RAIL & TRANSIT

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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
            }
        ]
    }
}