Section one: Contracting authority
one.1) Name and addresses
Cornwall Council
County Hall, Treyew Road
Truro
TR1 3AY
Country
United Kingdom
Region code
UKK3 - Cornwall and Isles of Scilly
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Plymouth City Council
Plymouth
Country
United Kingdom
Region code
UKK41 - Plymouth
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
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.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £3,459,879
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
Quality criterion - Name: Technical/Quality / Weighting: 42
Quality criterion - Name: Social Value / Weighting: 15
Price - Weighting: 43
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- No tenders or no suitable tenders/requests to participate in response to open procedure
Explanation:
Awarded by way of direct award through use of negotiated procedure without prior publication, in accordance with Regulation 32(2)(a) of the Public Contracts Regulations (2015), when no compliant bids were received following the original open tender process
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-007216
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
6 April 2023
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
A & P Falmouth Limited
Falmouth
Country
United Kingdom
NUTS code
- UKK3 - Cornwall and Isles of Scilly
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £3,078,717
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Cornwall Council
Truro
Country
United Kingdom