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
UK - United Kingdom
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
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:
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:
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