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