Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Tamar Crossings - Painting, Paint Inspection & Maintenance Support Services

  • First published: 26 February 2025
  • Last modified: 26 February 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-045353
Published by:
Cornwall Council
Authority ID:
AA20540
Publication date:
26 February 2025
Deadline date:
05 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Tamar Crossings and Cornwall Council, on behalf of the parent authorities of Cornwall Council and Plymouth City Council, invites tender submissions, from experienced contractors to provide a wide range of maintenance and support services to the engineering function at Tamar Crossings.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Cornwall Council

County Hall, Treyew Road

Truro

TR1 3AY

UK

E-mail: james.howarth@cornwall.gov.uk

NUTS: UKK3

Internet address(es)

Main address: http://www.cornwall.gov.uk

Address of the buyer profile: http://www.cornwall.gov.uk

I.1) Name and addresses

Plymouth City Council

Ballard House, West Hoe Road

Plymouth

PL1 3BJ

UK

E-mail: james.howarth@cornwall.gov.uk

NUTS: UKK41

Internet address(es)

Main address: www.plymouth.gov.uk

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://procontract.due-north.com/Advert/Index?advertId=84498c04-cb54-ef11-812e-005056b64545


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/Advert/Index?advertId=84498c04-cb54-ef11-812e-005056b64545


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Tamar Crossings - Painting, Paint Inspection & Maintenance Support Services

Reference number: DN737028

II.1.2) Main CPV code

45442120

 

II.1.3) Type of contract

Works

II.1.4) Short description

Tamar Crossings and Cornwall Council, on behalf of the parent authorities of Cornwall Council and Plymouth City Council, invites tender submissions, from experienced contractors to provide a wide range of maintenance and support services to the engineering function at Tamar Crossings.

II.1.5) Estimated total value

Value excluding VAT: 8 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45442121

63712310

71631450

II.2.3) Place of performance

NUTS code:

UKK3

UKK41

II.2.4) Description of the procurement

Tamar Crossings and Cornwall Council, on behalf of the parent authorities of Cornwall Council and Plymouth City Council, invites tender submissions, from experienced contractors to provide a wide range of maintenance and support services to the engineering function at Tamar Crossings. The maximum opportunity of this contract is for a period of 10 years, comprising of an initial 4 year contract term, which may be followed by up to two optional extension clauses, the first of which is 4 years and then a further for 2 years providing the maximum opportunity of 10 years.

Prospective Contractors will be required to confirm they currently hold the following key Quality based, Industry recognised Accreditation requirements (or equivalents), and maintain these throughout the life of the contract:

- ISO9001 (Quality Management Systems)

- ISO14001 (Environmental Management Systems)

- ISO45001 (Occupational Health and Safety Management Systems)

- NHSS19A (National Highways Sector Scheme for Highways Painting)

- ICATS registered (Industrial Coatings Applicator Training Scheme)

The Form of Contract will be an NEC4 Term Service Short Contract. It should be noted that there will be no minimum guaranteed volume of work and future works will be dependent on maintenance inspections, budget restraints etc. Work is instructed by the client, based on a schedule contractual rate which vary depending on skill levels utilised. For example the general litter picking rate might be the lowest hourly rate and specialist paint inspections services might be the highest hourly rate.

The incumbent contractor currently has between 4-12 personnel working on site daily throughout the year. This will vary depending on client requirements, budget provisions, availability of work, and weather.

It is anticipated that TUPE staff transfers will apply.

Below is a list of the typical services that are required under the contract –

- Inspection support for Tamar Bridge inspectors

- Contract support services –paint inspection, rope access inspection, ferry operations

- Maintenance painting to buildings, structures or ferries

- Minor structural repairs – replacing damaged drainage, parapet mesh panels and more

- Clearance of Debris and detritus across the Tamar Crossings Estate

- Rope access services – painting, difficult access inspections, inspection support

- Provision of other special access requirements – access towers, mobile platforms

- Confined space work

- Vegetation clearance

- General labour support – ferry chain replacement, ferry gantry maintenance

- Occasional overnight or weekend working requirements, where necessary.

The approximate breakdown of works by location are typically 85% at the Bridge, 15% at the Ferry.

The typical breakdown by activity is as follows. However, it should be noted that this may change to suit client requirements and it is only intended to give a general indication of the requirements -

- 30% Maintenance Painting

- 20% Miscellaneous maintenance

- 10% Work at height/rope access works –inspections, painting, other maintenance

- 15% Inspection support/other Contractor support

- 10% General labour support

- 5% Paint inspection

- 5% Vegetation clearance

- 5% Debris/Detritus clearance

II.2.5) Award criteria

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

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/10/2025

End: 30/09/2035

This contract is subject to renewal: Yes

Description of renewals:

The maximum opportunity of this contract is for a period of 10 years, as detailed by the start and end dates.

Comprising of an initial 4 year contract term, which may be followed by up to two optional extension clauses, the first of which is 4 years and then a further for 2 years providing the maximum opportunity of 10 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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about 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:

2024/S 000-018454

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 05/03/2025

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 05/03/2025

Local time: 15:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.4) Procedures for review

VI.4.1) Review body

Cornwall Council

Truro

UK

VI.5) Date of dispatch of this notice

08/01/2025

Coding

Commodity categories

ID Title Parent category
63712310 Bridge operating services Support services for road transport
71631450 Bridge-inspection services Technical inspection services
45442120 Painting and protective-coating work of structures Application work of protective coatings
45442121 Painting work of structures Application work of protective coatings

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
james.howarth@cornwall.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.