Section one: Contracting authority
one.1) Name and addresses
Transport for London
5 ENDEAVOUR SQUARE
LONDON
E201JN
Contact
Andrew Taylor
Country
United Kingdom
NUTS code
UKI - London
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://TfL.sourcing-eu.ariba.com
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Transport
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Woolwich Ferry - Docking, Class Renewal, Maintenance and Repair 2023
Reference number
WS1197934767 / tfl_scp_002332
two.1.2) Main CPV code
- 50240000 - Repair, maintenance and associated services related to marine and other equipment
two.1.3) Type of contract
Services
two.1.4) Short description
The Woolwich Ferry (WF) service was transferred to TfL in 2000. In January 2021, the operation was taken in-house by TfL, having been run through outsourced marine operators until the end of 2020. Every 5 years, vessels have to undergo dry docking which is necessary to maintain vessel classification and to ensure a safe, operable and reliable service. The dry-docking includes inspections and maintenance of the ferries and this is the first occurrence for TfL's two vessels, and the first such contract undertaken by TfL. Both vessels need this activity to occur before October 2023 otherwise will not be permissible to operate on the Thames.
This procurement will procure the following elements of the Woolwich Ferry Resilience and Renewals Programme.
• Drydocking, berthing and associated utilities
• Class Renewal
• Running Repairs
• Detailed design and price for a number of alterations / upgrades
• Completion of alterations / upgrades dependent upon further approval
A PCR 2015 compliant procurement process will be conducted to appoint a single supplier to carry out the services using BIMCO Repaircon terms and conditions.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34512100 - Ferry boats
- 50241200 - Ferry repair services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The dry-docking activity of the vessels on a regular basis is a requirement for efficient and safe inspection and maintenance of the ferries and has three main objectives which are as follows:
1. To clean, scrub, prepare by de-scaling all rusted areas of the hull, and finally paint the ship's hull so that speed and fuel consumption are restored to the original
2. To examine all underwater critical components as well as the entire under water hull for defects and take suitable corrective measures to put this right.
3. To undertake repairs and upgrades which require dry docking and are essential to the success of the ferry service.
The following benefits are expected to be achieved:
• Improved reliability, resilience & responsiveness of the service 7 days per week.
• Achieve and maintain regulatory compliance.
• Improve Woolwich Ferry user/customer satisfaction scores.
• Reduce risks for vulnerable staff and users.
• Improve the Ferry's reputation in local area including reducing impact on local congestion and environment.
• Enable the reduction of the net cost of operating the service (including through enabling opportunities for revenue generation).
• Extend / maintain the lifespan of the vessels through regular maintenance.
• Better understanding and clarity on future budgets.
• Enabling procurement compliance by reducing the reliance on future Single Source requests.
• Reducing the number of procurement projects and hence the procurement resource requirements by aggregating the requirements into one project.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of expressions of interest
Date
17 March 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Courts, Royal Courts of Justice
London
Country
United Kingdom