News

United Kingdom-Cardiff: Core Valley Lines Independent Reporter тАУ Invitation to tender

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2018/S 091-206844/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU тАУ with participation by GPA countries
Type of bid required: Global bid

Contract notice
Services
Directive 2014/24/EU

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:

The contract is awarded by central purchasing body
I.3) Communication
Access to the procurement documents is restricted.Further information can be obtained at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
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 The Welsh Ministers and by the Wales & 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.1.5) Estimated total value:
Value excluding VAT: 3500000 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
71311230, 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:
Tenderers must register their interest to gain access to the AWARD e-sourcing portal and the Invitation to Tender (ITT) pack by completing a Confidentiality Agreement (CA) and returning it to Transport for Wales (TFW) via email to independentreporterprocurement@tfw.gov.wales
The CA can be found in the Additional Documents section of this Notice on Sell2Wales, or alternatively you can request a copy from TfW via the email address above.
Any questions relating to the CA should be submitted to TfW via the email address above.
TfW is a wholly owned, not-for-profit company that was established to provide support and expertise to the Welsh Government in connection to transport projects in Wales.
An Independent Reporter (IR) is to be jointly appointed by the Welsh Ministers and by the ODP.
TfW, on behalf the Welsh Ministers is procuring an Operator and Development Partner (ODP) for the Wales and Borders Rail Service and South Wales Metro, and the role principally comprises:
тАФ Operator of the Wales and Borders rail services,
тАФ System Designer (to preliminary stage) and delivery manager for the Core Valley Lines (CVL) Transformation, and
тАФ Operator and Infrastructure Manager for the Core Valley Lines (CVL).
The CVL comprise the routes from Cardiff Queen Street heading north to Merthyr Tydfil, Aberdare, Treherbert, Coryton and Rhymney and heading south to Cardiff Central and Cardiff Bay. The ODP is to lead the Transformation of the CVL into a metro-style, high frequency operation with improved journey times. To enable CVL Transformation, ownership of the CVL railway assets will be transferred from Network Rail to the Welsh Government. The ODP will also be responsible for the Infrastructure Management of the CVL on behalf of the Welsh Government from the date of Asset Transfer.
The IR Service is summarised as follows:
a) determining, based on a non-compliance with one 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

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 3500000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewalyes Description of renewals:The Contracting Authority has absolute discretion to, by notifying the Independent Reporter in writing at least six months prior to the Expiry Date, to extend the Term by any period they wish and as many times as they wish up to a total duration of 17 years.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:Selection criteria as stated in the procurement documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

III.2.2) Contract performance conditions: Please refer to the Invitation to Tender documents.

III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2018-06-11 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN, CY
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:6(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2018-06-11 Local time: 13:00 Place:TfW Offices in Cardiff.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
Tenderers must register their expression of interest to gain access to the AWARD e-sourcing portal and the Invitation to Tender (ITT) pack by completing a Confidentiality Agreement (CA) and returning it to TfW via email to independentreporterprocurement@tfw.gov.wales
The CA can be found in the Additional Documents section (you must register your interest in the Contract Notice on Sell2Wales to access this section)of this Contract Notice on Sell2Wales, or alternatively you can request a copy from TfW via email to independentreporterprocurement@tfw.gov.wales
Any questions relating to the CA should be submitted to TfW via email to independentreporterprocurement@tfw.gov.wales
Note: To register your interest in this notice and obtain any additional information please visit the Sell2Wales website at
(WA Ref:81483).
The buyer considers that this contract is suitable for consortia.
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:2018-05-11

 

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