Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cornwall Council
County Hall, Treyew Road
Truro
TR1 3AY
UK
Contact person: Mr James Howarth
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=30b8480f-05b4-ec11-8113-005056b64545
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=30b8480f-05b4-ec11-8113-005056b64545
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 Bridge and Torpoint Ferry Technical Support Contract
Reference number: DN602056
II.1.2) Main CPV code
71000000
II.1.3) Type of contract
Services
II.1.4) Short description
The Tamar Bridge and Torpoint Ferries are jointly owned by Cornwall Council and Plymouth City Council. The two crossings are operated, maintained and improved by the Tamar Bridge and Torpoint Ferry Joint Committee (also known as Tamar Crossings) on behalf of the parent authorities.
The Tamar Bridge forms a vital road link on the A38 across the river Tamar estuary connecting the town of Saltash in Cornwall and the city of Plymouth in Devon.
The Torpoint Ferries cross the lower reaches of the river Tamar (also known as the Hamoaze) between Torpoint in Cornwall and Devonport in Plymouth.
The Tamar bridge was opened in 1961 and at the time of opening was the longest suspension bridge in the UK. It is a conventional suspension bridge with a total length of 642m, a main span of 335m and each side span is 114m. The stiffening truss is approximately 5.5m deep. The road deck level is approximately 35m above the River Tamar. Each main tower and side tower is constructed from concrete. The main towers are approximately 76m tall.
On average the bridge carries 45,000 vehicles daily.
The bridge was strengthened and widened between 1999 and 2001 increasing the capacity of the bridge from 3 traffic lanes to 4 traffic lanes and adding a dedicated pedestrian and cycle path.
Tamar Crossings employ a small in house engineering team that manage bridge inspections, maintenance works and engineering projects. Bridge inspections are undertaken in accordance with the Department for Transport and National Highways Design Manual for Roads and Bridges (DMRB) CS450 , industry best practice, and regimes developed specifically by the overseeing organisation for the Tamar Bridge.
The joint authorities seek to appoint an experienced consultant with a demonstrable background in the design, maintenance and improvement of cable supported bridge structures, particularly suspension bridges. The experienced consultant will be required to support the in house engineering team and undertake annual bridge inspections and undertake other special inspection activities as required/necessary. The joint authorities also require the appointed consultant to provide design and other technical expertise and support related to the ongoing operation and maintenance of the bridge. This could include the preparation of works information, specifications, preparation of tender documentation, providing impartial evaluation of tendered bids and providing ongoing contract management support, as may be necessary, in relation to key maintenance contracts.
The appointed consultant will be required to act as Principal Designer under the Construction Design and Management Regulations 2015.
The contract may also require the appointed consultant to undertake specific work at the Torpoint Ferries, although this will be limited to shoreside infrastructure only, such as inspections or providing advice on concrete slipways, retaining walls, sheet pile retaining structures and the Torpoint ferry chain counterweight structures.
The joint authorities intend to let the Technical Support Contract for a four year period, commencing in January 2023, with an option for extending the contract by up to a further two years, in one year increments.
II.1.5) Estimated total value
Value excluding VAT:
1 600 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71312000
II.2.3) Place of performance
NUTS code:
UKK3
UKK41
Main site or place of performance:
Primarily adjacent to the A38 Tamar Bridge, Plymouth Devon and Saltash Cornwall. Also, at Torpoint Ferry terminals in Torpoint, Cornwall and Devonport, Plymouth.
II.2.4) Description of the procurement
The Tamar Bridge and Torpoint Ferries are jointly owned by Cornwall Council and Plymouth City Council. The two crossings are operated, maintained and improved by the Tamar Bridge and Torpoint Ferry Joint Committee (also known as Tamar Crossings) on behalf of the parent authorities.
The Tamar Bridge forms a vital road link on the A38 across the river Tamar estuary connecting the town of Saltash in Cornwall and the city of Plymouth in Devon.
The Torpoint Ferries cross the lower reaches of the river Tamar (also known as the Hamoaze) between Torpoint in Cornwall and Devonport in Plymouth.
The Tamar bridge was opened in 1961 and at the time of opening was the longest suspension bridge in the UK. It is a conventional suspension bridge with a total length of 642m, a main span of 335m and each side span is 114m. The stiffening truss is approximately 5.5m deep. The road deck level is approximately 35m above the River Tamar. Each main tower and side tower is constructed from concrete. The main towers are approximately 76m tall.
On average the bridge carries 45,000 vehicles daily.
The bridge was strengthened and widened between 1999 and 2001 increasing the capacity of the bridge from 3 traffic lanes to 4 traffic lanes and adding a dedicated pedestrian and cycle path.
Tamar Crossings employ a small in house engineering team that manage bridge inspections, maintenance works and engineering projects. Bridge inspections are undertaken in accordance with the Department for Transport and National Highways Design Manual for Roads and Bridges (DMRB) CS450 , industry best practice, and regimes developed specifically by the overseeing organisation for the Tamar Bridge.
The joint authorities seek to appoint an experienced consultant with a demonstrable background in the design, maintenance and improvement of cable supported bridge structures, particularly suspension bridges. The experienced consultant will be required to support the in house engineering team and undertake annual bridge inspections and undertake other special inspection activities as required/necessary. The joint authorities also require the appointed consultant to provide design and other technical expertise and support related to the ongoing operation and maintenance of the bridge. This could include the preparation of works information, specifications, preparation of tender documentation, providing impartial evaluation of tendered bids and providing ongoing contract management support, as may be necessary, in relation to key maintenance contracts.
The appointed consultant will be required to act as Principal Designer under the Construction Design and Management Regulations 2015.
The contract may also require the appointed consultant to undertake specific work at the Torpoint Ferries, although this will be limited to shoreside infrastructure only, such as inspections or providing advice on concrete slipways, retaining walls, sheet pile retaining structures and the Torpoint ferry chain counterweight structures.
The joint authorities intend to let the Technical Support Contract for a four year period, commencing in January 2023, with an option for extending the contract by up to a further two years, in one year increments.
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:
01/01/2023
End:
31/12/2026
This contract is subject to renewal: Yes
Description of renewals:
The service requirement is expected to be a recurring one
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
07/07/2022
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:
07/07/2022
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
27/05/2022