Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

SF03 Hysbysiad Dyfarnu Contract - Cyflenwr(wyr) Llwyddiannus

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

  • Cyhoeddwyd gyntaf: 26 Mawrth 2026
  • Wedi'i addasu ddiwethaf: 26 Mawrth 2026
  • Fersiwn: N/A
  •  

  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Eicon Gwybodaeth

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-kuma6s-145577
Cyhoeddwyd gan:
Transport for Wales
ID Awudurdod:
AA50685
Dyddiad cyhoeddi:
26 Mawrth 2026
Dyddiad Cau:
-
Math o hysbysiad:
SF03 Hysbysiad Dyfarnu Contract - Cyflenwr(wyr) Llwyddiannus
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
Nac Ydi

Crynodeb

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. CPV: 71311000, 71311000, 71311200, 79132000, 71530000, 79417000, 72246000.

Testun llawn y rhybydd

Hysbysiad dyfarnu contract

Canlyniadau'r weithdrefn gaffael

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Transport for Wales

3 Llys Cadwyn, Taff Street

Pontypridd

CF37 4TH

UK

Ffôn: +44 2921673434

E-bost: procurement@tfw.wales

NUTS: UKL

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://tfw.wales

Cyfeiriad proffil y prynwr: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA50685

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.4) Y math o awdurdod contractio

Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol

I.5) Prif weithgaredd

Arall: Transport

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

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

Cyfeirnod: C001104.00

II.1.2) Prif god CPV

71311000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

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.

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.1.7) Cyfanswm gwerth y caffaeliad

Gwerth heb gynnwys TAW: 348 570.00 GBP

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

71311000

71311200

79132000

71530000

79417000

72246000

II.2.3) Man cyflawni

Cod NUTS:

UKL

II.2.4) Disgrifiad o’r caffaeliad

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

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Methodology / Pwysoliad: 15

Maes prawf ansawdd: project Validation approach / Pwysoliad: 10

Maes prawf ansawdd: Response to annex 2 case study / Pwysoliad: 10

Maes prawf ansawdd: Value for Money / Pwysoliad: 5

Maes prawf ansawdd: Collaboration / Pwysoliad: 10

Maes prawf ansawdd: Organogram & Key skills and experience / Pwysoliad: 10

Maes prawf ansawdd: Objectives under the Well-being of Future Generations Act / Pwysoliad: 10

Price / Pwysoliad:  30

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2024/S 000-034735

Section V: Dyfarnu contract

Rhif Contract: C001104.00

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

26/06/2025

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 3

Nifer y tendrau a ddaeth i law gan BBaChau: 3

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 0

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 0

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 3

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

RICARDO RAIL LIMITED

Shoreham Technical Centre

Shoreham By Sea

BN435FG

UK

Ffôn: +44 1332268700

NUTS: UK

BBaCh yw’r contractwr: Ydy

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Amcangyfrif cychwynnol o gyfanswm gwerth y contract/lot: 600 000.00 GBP

Cyfanswm gwerth y contract/lot: 348 570.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section VI: Gwybodaeth ategol

VI.3) Gwybodaeth ychwanegol

(WA Ref:163396)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Ffôn: +44 2079477501

VI.5) Dyddiad anfon yr hysbysiad hwn

26/03/2026

Codio

Categorïau nwyddau

ID Teitl Prif gategori
79132000 Gwasanaethau ardystio Gwasanaethau dogfennaeth a ac ardystio cyfreithiol
71530000 Gwasanaethau ymgynghori ar adeiladu Gwasanaethau goruchwylio safleoedd adeiladu
71311000 Gwasanaethau ymgynghori ar beirianneg sifil Gwasanaethau ymgynghorol ar gyfer peirianneg ac adeiladu
79417000 Gwasanaethau ymgynghori ar ddiogelwch Gwasanaethau ymgynghori ar fusnes a rheoli
72246000 Gwasanaethau ymgynghori ar systemau Gwasanaethau dadansoddi a rhaglenni systemau
71311200 Gwasanaethau ymgynghori ar systemau trafnidiaeth Gwasanaethau ymgynghori ar beirianneg sifil

Lleoliadau Dosbarthu

ID Disgrifiad
1018 Abertawe
1022 Caerdydd a Bro Morgannwg
1013 Conwy a Sir Ddinbych
1015 Cymoedd Canalog (Merthyr Tudful, Rhondda Cynon Taf)
1016 Cymoedd Gwent (Torfaen, Blaenau Gwent, Caerffili)
1000 CYMRU
1014 De-orllewin Cymru (Sir Gaerfyrddin, Sir Benfro, Ceredigion)
100 DU - I gyd
1020 Dwyrain Cymru
1010 Gorllewin Cymru a'r Cymoedd
1012 Gwynedd
1017 Pen-y-bont ar Ogwr a Castell-Nedd Port Talbot
1024 Powys
1021 Sir Fynwy a Chasnewydd
1023 Sir y Fflint a Wrecsam
1011 Ynys Môn

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Teulu dogfennau

Manylion hysbysiad
Dyddiad cyhoeddi:
25 Hydref 2024
Dyddiad Cau:
25 Tachwedd 2024 00:00
Math o hysbysiad:
SF02 Hysbysiad Contract
Enw Awdurdod:
Transport for Wales
Dyddiad cyhoeddi:
26 Mawrth 2026
Math o hysbysiad:
SF03 Hysbysiad Dyfarnu Contract - Cyflenwr(wyr) Llwyddiannus
Enw Awdurdod:
Transport for Wales

Ynglŷn â'r prynwr

Prif gyswllt:
procurement@tfw.wales
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.