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 – 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 ODP’s 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 ODP’s annual proposals for renewal works; and
 (d) The asset management impact of the authority’s 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 ODP’s 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:
 — asset operational management,
 — safety,
 — asset management,
 — asset knowledge management,
 — environment management,
 — renewals and enhancement,
 — discovery and inspection,
 — disaster management and business continuity;
 (d) Commenting and advising on the ODP’s 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