Section one: Contracting authority
one.1) Name and addresses
Cornwall Council
County Hall, Treyew Road
Truro
TR1 3AY
Country
United Kingdom
NUTS code
UKK3 - Cornwall and Isles of Scilly
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Plymouth City Council
Ballard House, West Hoe Road
Plymouth
PL1 3BJ
Country
United Kingdom
NUTS code
UKK41 - Plymouth
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
one.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=7da5f8cd-a773-ec11-8110-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=7da5f8cd-a773-ec11-8110-005056b64545
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Torpoint Ferry Refits 2023-2025
Reference number
DN590176
two.1.2) Main CPV code
- 50241200 - Ferry repair services
two.1.3) Type of contract
Services
two.1.4) Short description
The Torpoint Ferry Service is the largest chain ferry operation in the world, carrying 2.4 million vehicles and 800 thousand foot passengers a year. It operates three chain ferries linking Plymouth with South East Cornwall, each vessel has a length of 48 metres and breadth of 20 metres and can carry up to 73 cars and 140 foot passengers.
Every five years each of the three Torpoint ferries requires a mandatory dry docking to allow a survey of the underwater hull to ensure the material state is sufficient to safely last a further five years, to enable classification society and Marine Coastguard Agency surveys together with essential maintenance and modifications.
Cornwall Council is leading this procurement to procure ferry refits on behalf of its Joint Authority owners in accordance with the Public Contract Regulations 2015 and the Open Tender procedure, with the intention to let a framework contract covering three refits taking place in April 2023, April 2024 and April 2025. The contracted work package for each refit to include the tow from Torpoint to the refitting shipyard and the return and the refits cycle time should be no greater than 30 calendar days from removal of each Ferry from its chains to reinstatement and full return to service.
The objective is to provide a period in dry dock for essential dock dependent ferry maintenance and modifications together with inspections of other key equipment and systems by Lloyds Register, a third party quality assurance organisation. This statutory requirement and satisfactory completion is required before the issue of a Chain Ferry Certificate by the regulatory authority, the Maritime and Coastguard Agency. The aim at the completion of a refit is to provide a ferry that is of a sufficient material state to allow issue of a Chain Ferry Certificate and give five years high availability operational service without significant breakdown or other major maintenance requirements in line with the specification.
Tamar Bridge and Torpoint Ferry Joint Committee (TB&TF) will provide the technical supervisory role at the refit location. There will be a requirement to integrate TB&TF staff maintenance activity, within the overarching refit project management plan. TB&TF will assist with provision of certain spare parts and also will advise on particular specialist sub- contractors that may be required to undertake specific tasks.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKK3 - Cornwall and Isles of Scilly
- UKK41 - Plymouth
Main site or place of performance
Torpoint Ferry Terminal for removal of Ferry off chains and towed to Contractors Refitting location.
two.2.4) Description of the procurement
The Torpoint Ferry Service is the largest chain ferry operation in the world, carrying 2.4 million vehicles and 800 thousand foot passengers a year. It operates three chain ferries linking Plymouth with South East Cornwall, each vessel has a length of 48 metres and breadth of 20 metres and can carry up to 73 cars and 140 foot passengers.
Every five years each of the three Torpoint ferries requires a mandatory dry docking to allow a survey of the underwater hull to ensure the material state is sufficient to safely last a further five years, to enable classification society and Marine Coastguard Agency surveys together with essential maintenance and modifications.
Cornwall Council is leading this procurement to procure ferry refits on behalf of its Joint Authority owners in accordance with the Public Contract Regulations 2015 and the Open Tender procedure, with the intention to let a framework contract covering three refits taking place in April 2023, April 2024 and April 2025. The contracted work package for each refit to include the tow from Torpoint to the refitting shipyard and the return and the refits cycle time should be no greater than 30 calendar days from removal of each Ferry from its chains to reinstatement and full return to service.
The objective is to provide a period in dry dock for essential dock dependent ferry maintenance and modifications together with inspections of other key equipment and systems by Lloyds Register, a third party quality assurance organisation. This statutory requirement and satisfactory completion is required before the issue of a Chain Ferry Certificate by the regulatory authority, the Maritime and Coastguard Agency. The aim at the completion of a refit is to provide a ferry that is of a sufficient material state to allow issue of a Chain Ferry Certificate and give five years high availability operational service without significant breakdown or other major maintenance requirements in line with the specification.
Tamar Bridge and Torpoint Ferry Joint Committee (TB&TF) will provide the technical supervisory role at the refit location. There will be a requirement to integrate TB&TF staff maintenance activity, within the overarching refit project management plan. TB&TF will assist with provision of certain spare parts and also will advise on particular specialist sub- contractors that may be required to undertake specific tasks.
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
Start date
31 October 2022
End date
30 April 2025
This contract is subject to renewal
Yes
Description of renewals
Future refits to be scheduled as necessary to comply with Lloyds register 5 yearly docking survey requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Contractor Information Event:
Interested Contractors are invited to attend a Contractor Information Event at Torpoint Ferry Terminal, which has provisionally arranged for Wednesday 13th April 2022, commencing from 10am, allowing prospective Contractors the opportunity to undertake a supervised inspection of the Ferries and seek further information about the TB&TF requirements, the procurement process and timescales to follow and ask any specific questions. This Early contractor engagement is also intended to assist the TB&TF staff in refining the refit specifications.
If you wish to take advantage of this opportunity, please book your place through the procurement portal email only, before close of Monday 4th April 2022. Further information will then be issued to participants in the week preceding the event.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 May 2022
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
26 May 2022
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Estimated timing for further notices to be published:
On a similar five yearly cycle
six.4) Procedures for review
six.4.1) Review body
Cornwall Council
Truro
Country
United Kingdom