Risk and Hazard Assessment Studies for Crossrail
The scope of services for the Risk and Human Factors Studies Framework generally comprises services to undertake Risk and Human Factors studies in order to help ensure that the residual risk of the Crossrail railway will be tolerable and as low as reasonably practical (ALARP).
UK-London: Risk or hazard assessment for construction
2013/S 093-158819
Contract notice – utilities
Services
Directive 2004/17/EC
Section I: Contracting entity
Crossrail Limited
25 Canada Square
E14 5LQ London
UNITED KINGDOM
Telephone: +44 2032299100
E-mail: helpdesk@crossrail.co.uk
Internet address(es):
General address of the contracting entity: www.crossrail.co.uk
Address of the buyer profile: https://crossrail.bravosolution.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Section II: Object of the contract
Service category No 27: Other services
NUTS code UKI2
maximum number of participants to the framework agreement envisaged: 3
This notice is for the F957, further information for which is provided at II.2 of this contract notice.
71313410, 71311230, 71335000, 90711100
The Risk and Human Factor studies will also form part of the safety justification provided to the infrastructure maintainer which will form part of the safety acceptance process for obtaining permission for operating the railway. These assessments will go on to form part of the infrastructure maintainer’s Safety Management System (SMS) for operating the railway and will be subject to compliance checks undertaken by Office of Rail Regulation (ORR). Please note that one of the requirements for a SMS is that it must apply the CSM.
The scope of the work is expected to include:-
— Risk Modelling including Fault and Event tree modelling;
— Risk Assessments including Cost Benefit Analysis;
— Risk Workshops and Hazard Identification workshops;
— Literature reviews of current railway safety systems around the world;
— Preparation of Safety Justifications;
— Human Factors Task Analysis workshops and Studies; and
— Human Factors Human Error Assessment and Reduction Technique (HEART) analysis.
The indicative value of work awarded via the framework is expected to be circa £600,000 currency: GBP
Estimated value excluding VAT: 600 000 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: Refer to the Pre-qualification document.
Section IV: Procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
Section VI: Complementary information
All economic operators must complete the pre-qualification questionnaire on the Crossrail eSourcing Portal.
All economic operators are required to express an interest by registering on the Crossrail eSourcing Portal (www.crossrail.bravosolution.co.uk). Registering is only required once.
Registering: Economic operators should browse to the eSourcing Portal and complete the following:
a) Click the ‘Click here to register’ link;
b) Accept the terms and conditions and click ‘Continue’;
c) Enter your business and user details;
d) Note the username you use and click ‘Save’ when complete;
e) You will then receive an e-mail with your unique password.
Access to the pre-qualification questionnaire and information pack (PQQ):
a) Login to the Crossrail eSourcing Portal with your unique Username and password;
b) Click on the ‘PQQs Open to All Suppliers’ link;
c) Click on the relevant titled Pre-qualification item;
d) Click the ‘Express Interest’ button in the ‘Actions’ box on the left hand side of the page (this will move the pre-qualification pack into the applicants ‘My PQQ’ Box). This is a secure area for projects only;
e) Click on the PQQ code. The applicant can now access any attachments by clicking the ‘Settings and Buyer Attachments’ in the Actions box;
f) Download the documents relating to the pre-qualification questionnaire.
Click‘Attachments’ on the left hand side. The number in brackets refers to number of documents that need to be downloaded. Click on the bold and underlined filename.
Select ‘Save’ and store on your PC.
Responding to the pre-qualification questionnaire:
a) The economic operators must now choose ‘Reply’ or ‘reject’ (please give a reason if rejecting);
b) Economic operators can now use the messages functions to communicate with Crossrail and seek clarification;
c) Please note the deadline for completion, this is a precise time and the eSourcing portal will reject the economic operators pre-qualification questionnaire if it is submitted after this time;
d) Economic operators should click ‘Publish’ when they wish to submit the final completed pre-qualification questionnaire. Please note that there is detailed online help.
For further assistance contact the BravoSolution helpdesk which is available Monday to Friday (8am to 6pm) BST on.
a) Email – help@bravosolution.co.uk or
b) Telephone –+44 8003684850, or outside UK +44 2033496601.
Economic operators must inform CRL that they are interested in the contract by complying with the requirements of the pre- qualification questionnaire available to parties registering to the Crossrail eSourcing Portal, as above. CRL will use the
information provided to select economic operators to be invited to tender for the contract. A response to this notice does not guarantee that an economic operator will be invited to tender. The award process may be terminated or suspended at any time without cost or liability to CRL. CRL does not bind itself to enter into any contract arising out of the procedures envisaged by this notice. No contractual rights express or implied arise out of this notice or the procedures envisaged by it. Any contract let by CRL may contain provision that the contract may be extended at CRL’s
discretion. CRL reserves the right to vary its requirements and the procedure relating to the conduct of the award process. CRL reserves the right to disqualify any economic operator who provides information or confirmations which later prove to be untrue or incorrect; does not supply the information required by this notice or by the pre-qualification questionnaire and information pack, or as otherwise required by CRL during the award process; or fulfils any one or more of the criteria detailed in Regulation 26 of the UK Utilities Contracts Regulations 2006 (as amended).
CRL reserves the right to require the submission of any additional, supplementary or clarification information as it may, in its absolute discretion, consider appropriate.
CRL embraces diversity and welcomes applications from all suitably skilled suppliers of all sizes who can meet the requirements, regardless of gender, ethnicity, sexual orientation, faith, disability or age of supplier workforce and/or ownership. CRL will actively promote green procurement throughout its supply chain and welcomes
applications from suppliers committed to the principles of reducing, reusing and recycling resources and to the practices of buying recycled. CRL strongly supports and implements the Greater London Authority (GLA) Responsible Procurement Policy, details of which may be found at: http://www.london.gov.uk/rp/policy/. Further details as to the application of Responsible Procurement to this procurement
may be set out in the pre-qualification and tender documents.
VI.5)Date of dispatch of this notice:13.5.2013