Tender

Independent Assessor (AsBo, ApBo and DeBo) for the Cardiff Central Enhancement Programme (CCEP)

TRANSPORT FOR WALES

This public procurement record has 1 release in its history.

Tender

25 Oct 2024 at 15:01

Summary of the contracting process

The procurement process is being managed by Transport for Wales (TfW) on behalf of the Welsh Government to secure an Independent Assessor for the Cardiff Central Enhancement Programme (CCEP). This tender is categorised under civil engineering consultancy services and is aimed at upgrading the Cardiff Central railway station to accommodate a projected passenger growth of over 50% by 2043. Tender submissions are open until 12:00 PM on 25th November 2024, with the procurement stage currently in the tender phase. The project is valued at £600,000 and will involve providing independent assessment and verification services to meet compliance requirements under the Railways (Interoperability) Regulations 2011. Key activities include addressing congestion, enhancing passenger facilities, and integrating sustainable travel modes. The project work will be conducted primarily in Cardiff, with occasional meetings at the Pontypridd office.

This tender presents significant opportunities for businesses specialising in civil engineering consultancy, rail safety, and systems assurance. Companies with experience in multi-disciplinary rail projects, particularly those that can provide accredited Assessment Body (AsBo), Approved Body (ApBo), and Designated Body (DeBo) services, will be well-suited to compete. The project demands collaboration with TfW to ensure a progressive assurance approach and compliance with regulatory standards. Small to medium-sized enterprises (SMEs) with strong credentials in safety consultancy, systems consultancy, and construction consultancy services, especially those adhering to ISO/IEC 17020, ISO/IEC 17065, and ISO 9001 standards, will find this tender a valuable opportunity to enhance their portfolio and contribute to a high-profile infrastructure project.

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

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

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

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

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-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"
}