Notice Information
Notice Title
Independent Assessor (AsBo, ApBo and DeBo) for the Cardiff Central Enhancement Programme (CCEP)
Notice 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.
Lot Information
Lot 1
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
Renewal: Option to extend for up to 12 months
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04b18c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/034735-2024
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
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
-
- CPV Codes
71311000 - Civil engineering consultancy services
71311200 - Transport systems consultancy services
71530000 - Construction consultancy services
72246000 - Systems consultancy services
79132000 - Certification services
79417000 - Safety consultancy services
Notice Value(s)
- Tender Value
- £600,000 £500K-£1M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 25 Oct 20241 years ago
- Submission Deadline
- 25 Nov 2024Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSPORT FOR WALES
- Contact Name
- Not specified
- 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-04b18c-2024-10-25T16:01:45+01:00",
"date": "2024-10-25T16:01:45+01:00",
"ocid": "ocds-h6vhtk-04b18c",
"description": "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.",
"initiationType": "tender",
"tender": {
"id": "C001104.00",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Independent Assessor (AsBo, ApBo and DeBo) for the Cardiff Central Enhancement Programme (CCEP)",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "71311000",
"description": "Civil engineering consultancy services"
},
"mainProcurementCategory": "services",
"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.",
"value": {
"amount": 600000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "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",
"awardCriteria": {
"criteria": [
{
"name": "Methodology",
"type": "quality",
"description": "15"
},
{
"name": "project Validation approach",
"type": "quality",
"description": "10"
},
{
"name": "Response to annex 2 case study",
"type": "quality",
"description": "10"
},
{
"name": "Value for Money",
"type": "quality",
"description": "5"
},
{
"name": "Collaboration",
"type": "quality",
"description": "10"
},
{
"name": "Organogram & Key skills and experience",
"type": "quality",
"description": "10"
},
{
"name": "Objectives under the Well-being of Future Generations Act",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for up to 12 months"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71311000",
"description": "Civil engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71311200",
"description": "Transport systems consultancy services"
},
{
"scheme": "CPV",
"id": "79132000",
"description": "Certification services"
},
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
{
"scheme": "CPV",
"id": "79417000",
"description": "Safety consultancy services"
},
{
"scheme": "CPV",
"id": "72246000",
"description": "Systems consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKL"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://etenderwales.bravosolution.co.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "As per the tender documentation",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-11-25T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en",
"wa"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"awardPeriod": {
"startDate": "2024-11-25T14:00:00Z"
},
"bidOpening": {
"date": "2024-11-25T14:00:00Z"
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"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": {
"telephone": "+44 2921673434",
"email": "procurement@tfw.wales",
"url": "https://etenderwales.bravosolution.co.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://tfw.wales",
"buyerProfile": "https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA50685",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"description": "Transport"
}
]
}
},
{
"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"
]
}
],
"buyer": {
"id": "GB-FTS-4225",
"name": "Transport for Wales"
},
"language": "en"
}