News

United Kingdom-Cardiff: Core Valley Lines Independent Reporter тАУ Contract Awards

Type of document: Contract Awards
Country: United Kingdom
OJEU Ref: (2018/S 187-423084/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU тАУ with participation by GPA countries
Type of bid required: Not applicable

Contract award notice
Services

Section I: Contracting authority
I.1) Name and addresses
Official name: Transport for Wales
Postal address: Southgate House, Wood Street
Town: Cardiff
Postal code: CF10 1EW
Country: United Kingdom
Contact Person: Tamara Evans
Telephone: +44 2921673434
Email: independentreporterprocurement@tfw.gov.wales
Internet address(es):
Main address:
Address of the buyer profile:
Official name: Keolis Amey Wales Cymru Limited
National registration number: 11391059
Postal address: c/o Amey Rail Maindee Depot, Off Caerleon Road
Town: Newport,
Postal code: NP19 9DZ
Country: United Kingdom
Contact Person: Andrew Wozencraft
Email: andrew.wozencraft@amey.co.uk
Internet address(es):
Main address:
Address of the buyer profile:

I.2) Joint Procurement:
The contract involves joint procurement
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity: Operation and works associated with transport/rail infrastructure

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Core Valley Lines Independent Reporter
II.1.2) Main CPV code: 71311200
II.1.3) Type of contract Services
II.1.4) Short Description: An Independent Reporter (IR) is to be jointly appointed by Transport for Wales (TfW) and by the Wales and Borders Operator and Development Partner (ODP) to provide impartial, expert advice to the ODP and TfW on the infrastructure management of the Core Valley Lines (CVL), covering matters such as:
(a) The adequacy of the ODPтАЩs annual asset management plan and asset knowledge management plan;
(b) Payment adjustments to the ODP for maintenance activities because of discovered asset characteristics that attract additional payment under the GA;
(c) The ODPтАЩs annual proposals for renewal works; and
(d) The asset management impact of the authorityтАЩs proposed levels of funding for renewals.
II.1.6) Information about lots:
The contract is divided into lots: no
II.1.7) Total value of the procurement(excluding VAT)
Value:3750000
Currency:GBP
II.2) Description
II.2.2)Additional CPV code(s)
Main CPV code: 71311230
Main CPV code: 71311300

II.2.3) Place of performance
Nuts code: UKL
Main site or place of performance:TfW is based in Cardiff, but intends to move its base to Pontypridd in 2019. The service will cover the geographical extent of the Core Valley Lines in South Wales.

II.2.4) Description of the procurement
The IR service is summarised as follows:
(a) Determining, based on a non-compliance with 1 of the ODPтАЩs CVL Asset Assumptions or based on a material discovery, how an emerging charge should be adjusted to become firm charges or how a firm charge should be adjusted to become a fixed charge;
(b) Assessing and determining other infrastructure management payments to be made to the ODP in accordance with the Grant Agreement (GA), if instructed to do so by one of the parties;
(c) Reviewing, assessing and advising on the following ODP Infrastructure manager plans; initial, annual and periodic:
тАФ asset operational management,
тАФ safety,
тАФ asset management,
тАФ asset knowledge management,
тАФ environment management,
тАФ renewals and enhancement,
тАФ discovery and inspection,
тАФ disaster management and business continuity;
(d) Commenting and advising on the ODPтАЩs risk based management framework and standards and derogations management process;
(e) Advising on the impact of an excluded risk on day to day asset management, cost, performance, reliability and urgent renewal requirements;
(f) Assessing and advising on the asset management, cost, performance and reliability impact of a proposed renewals deferral by the authority;
(g) Should the ODP and TfW fail to agree on any review, comment, approval or determination and elect to resolve any dispute using the GA dispute resolution procedure, providing and supporting any information as required by the appointed the appropriate dispute resolution process;
(h) If requested by the appointors, comment on an asset protection arrangement on the CVL;
(i) Reporting on ODP compliance with its current asset management plan in the period immediately before CVL Asset Handback at the end of the GA;
(j) If required, advising on and providing certification in relation to the ODP and TfW performance in relation to the asset maintenance bond; and
(k) Assessing and advising on whether the ODP and TfW are complying with the policies, decisions and requirements of the ORR.
The IR must be independent of both the ODP and TfW, so that it can provide its services and meet its duties impartially.
All the above capitalised terms are defined in the contract documentation provided with the procurement documents.

II.2.5)Award criteria

II.2.11) Information about options
Options yes
Description of options: The contract may be extended at the discretion of the appointors (TfW and Keolis Amey) up to a maximum term of 17 years from commencement.

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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2018/S 091-206844
Section V: Award of contract
A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2018-08-30
V.2.2) Information about tenders
Number of tenders received:1
Number of tenders received from SMEs:0
Number of tenders received from other EU Member States:0
Number of tenders received from non-EU Member States:0
Number of tenders received by electronic means:1
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
Official name: AMCL
Postal address: 221 St. John Street
Town: London
Postal code: EC1V 4LY
Country: United Kingdom
Telephone: +44 2076882828
Nuts code: UK
The contractor is an SME no

V.2.4) Information on value of the contract/lot(excluding VAT)
Total value of the contract/lot:3750000
Currency:GBP

Section VI: Complementary information
VI.3) Additional information:
(WA Ref:85248)
VI.4) Procedures for review
VI.4.1) Review body
Official name: N/A
Town: N/A
Country: United Kingdom

VI.5) Date of dispatch of this notice:
2018-09-26

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy