Opportunity

Woolwich Ferry - Docking, Class Renewal, Maintenance and Repair 2023

  • Transport for London

F02: Contract notice

Notice reference: 2023/S 000-007456

Published 14 March 2023, 5:34pm



Section one: Contracting authority

one.1) Name and addresses

Transport for London

5 ENDEAVOUR SQUARE

LONDON

E201JN

Contact

Andrew Taylor

Email

V_AndrewTaylor@tfl.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.tfl.gov.uk

Buyer's address

http://TfL.sourcing-eu.ariba.com

one.3) Communication

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

http://TfL.sourcing-eu.ariba.com

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

Transport for London (TfL) operates he Woolwich Ferry (WF) service which 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.

The Woolwich Ferry has two vessels that operate a vehicle and passenger service between two terminals on either side of the river Thames. The vessels were built by Remontowa and were brought into service in 2018. Each vessel is 60m in length and 19m width.

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 drydocking contract opportunity 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.

This contract opportunity includes the following elements of the Woolwich Ferry Resilience and Renewals Programme.

• Drydocking, berthing and associated utilities

• Class Renewal

• Running Repairs including optional scope items.

• Detailed design and provision of works/service for a number of alterations / upgrades

• Completion of alterations / upgrades dependent upon further inspections and approvals

• Supply of spares and other goods in order to maintaining the ferries' vessel classification and to ensure a safe, operable and reliable service.

• Ancillary works, services, associated labour, management, and planning of the above activities.

Due to operational constraints, the dry docks must be located within 400 nautical miles from the Woolwich Ferry.

A PCR 2015 compliant Open procurement process will be conducted to appoint a single supplier to carry out the services using BIMCO Repaircon terms and conditions.

two.1.5) Estimated total value

Value excluding VAT: £2,500,000

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
  • 34930000 - Marine equipment
  • 50241200 - Ferry repair services
  • 50246100 - Dry-docking services
  • 51145000 - Installation services of marine engines

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Due to operational constraints, the dry docks must be located within 400 nautical miles from the Woolwich Ferry.

two.2.4) Description of the procurement

This is a competitive procurement for the award of a contract in relation to the Woolwich Ferry - Docking, Class Renewal, Maintenance and Repair 2023.

The procurement is being conducted pursuant to the Public Contracts Regulations 2015 ("PCR 2015"). At the end of this procurement process, TfL may choose to award a contract and enter into a contract with a contractor.

The contract provides for a fixed fee element as well as a set of tariff rates that the contractor will use to carry out detailed design (where required) and pricing for an element of running repairs and modifications required on the vessels.

TfL are seeking to award the contract to a single contractor to undertake all the works required and detailed in the tender documents. Tenderers are asked to submit their response to the tender by the response deadline in section IV.2.2 below. Each response or question will be scored as indicated. Pass/Fail criteria will apply as indicated.

Evaluators will review the Tenderers' responses to the questions and evaluate against the criteria shown in the tender documents. The weightings for each question will be applied to scored responses and Tenderers will be ranked. An award recommendation to the top scoring Tender (assuming all tenders exceed the Minimum Scoring Threshold) will be agreed on.

Tender documents will be provided electronically via TfL's e-tendering portal SAP Ariba.

Responses should be submitted electronically via TfL's e- tendering portal SAP Ariba.

Interested Suppliers / Tenderers are to register with SAP Ariba via TfL's Supplier self-registration link, in order to participate in the tender process,

https://s1-eu.ariba.com/Sourcing/Main/ad/selfRegistration?realm=TfL.

SAP Ariba Supplier Registration Help Page:

https://help.sap.com/docs/ARIBA_NETWORK_SUPPLIERS/ddd75910f67b4212b1c83f9d68cd2f01/de32f3eaf0181014be26e0d2a68be9ef.html.

If you have any queries regarding your registration, please email: Ariba_Supplier_Enablement@tfl.gov.uk

NB: ONCE REGISTERED, TENDERERS MUST SEND THEIR REGISTRATION DETAILS TO THE CONTACT EMAIL IN SECTION 1 OF THIS NOTICE IN ORDER TO BE INVITED TO TENDER FOR THE OPPORTUNITY.

Tenderers must also click 'Intend to Bid' in order to fully register against the contract opportunity.

The works are expected to take place during late summer / autumn, however, the contract allows for associated works to continue for a period of up to 2 years as further described in the tender documents. This term may at TfL's discretion be extended for up to 6 months.

TfL will not be liable to any person for any costs whatsoever incurred in the preparation of bids or in otherwise responding to the Invitation to Tender (ITT).

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £2,500,000

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

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract may be extended for a further 6 months

two.2.14) Additional information

Tender documents will be provided electronically via TfL's e-Tendering portal.

To request access to the procurement documents, please contact the person named in section I.1.

In the event of issues or difficulty with registering on the e-Tendering portal please contact:

SAP Ariba Supplier Registration Help Page:

https://help.sap.com/docs/ARIBA_NETWORK_SUPPLIERS/ddd75910f67b4212b1c83f9d68cd2f01/de32f3eaf0181014be26e0d2a68be9ef.html

 If you have any queries regarding your registration, please email: Ariba_Supplier_Enablement@tfl.gov.uk


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Full details of the requirements can be found in the procurement documents accessible via TfL's eTendering portal.

Award criteria are as stated in the procurement documents.

Applicants should note that they may be required to supply audited accounts

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please see the form of contract included with the procurement documents.


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: No

four.2) Administrative information

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

Date

19 April 2023

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

19 April 2023

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

TfL is conducting this procurement pursuant to the PCR 2015.

TfL is conducting this procurement process to identify a Contractor for the Woolwich Ferry - Docking, Class Renewal, Maintenance and Repair 2023 in line with the processes and stages set out in the ITT. It is therefore important that Tenderers raise any queries regarding the ITT and accompanying volumes, including the Scope of Worksand the contract, with TfL as soon as practicable and in accordance with the proposed timetable for clarification questions set out in the instructions.

Tenderers are required to respond to all sections of the Capability Assessment and the ITT and must submit in accordance with the instructions within the ITT. Variants will not be accepted. Tenders must remain capable of acceptance in accordance with the ITT for a period of 6 months from the date stated in the ITT.

Each response must be submitted electronically via the e-Tendering portal

Information about authorised persons and opening procedure:

Tender Submissions will be checked initially for compliance with the ITT and for completeness. Clarification may be sought from Tenderers. TfL reserves the right to reject any Tenders that are not, upon receipt, compliant with, and in the format specified in the ITT. It is recommended that the Tenderer undertakes its own checks for content and compliance before submitting the Tender.

TfL reserves the right without notice to change the procurement process detailed in the ITT or to amend the information provided, including, but not limited to, changing the timetable, the scope and nature of the procurement and the procurement process. This will be subject to the normal rules of public law and transparency.

Moreover, TfL reserves the right to provide further information or to supplement and / or to amend the procurement process for the ITT. Tenderers enter this procurement process at their own risk. TfL shall not accept liability nor reimburse a tenderer for any costs or losses it incurs in relation to its participation in the procurement process, regardless of whether or not TfL has made changes to the procurement process.

TfL also reserves the right, at any point and without notice, to discontinue the procurement process without awarding a contract, whether such discontinuance is related to the content of tenders or otherwise.

The Contracting Authority strongly encourages those interested in tendering to undertake their activities in line with Responsible Procurement principles. Further information on TfL's Responsible Procurement policies can be found on the following website: https://tfl.gov.uk/corporate/publications-and-reports/procurement-information.

The UK government has announced its commitment to greater data transparency. Accordingly, TfL reserves the right to publishing its tender documents, contracts and data from invoices received. In doing so, TfL may at its absolute discretion take account of the exemptions that would be available under the Freedom of Information Act 2000 and Environmental Information Regulations 2004.

To request access to the procurement documents, please contact the person named in section I.1.

Further information on TfL may be found at www.tfl.gov.uk.

six.4) Procedures for review

six.4.1) Review body

High Court, Royal Courts of Justice

London

Country

United Kingdom