Awarded contract

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

  • Transport for London

F03: Contract award notice

Notice reference: 2023/S 000-019717

Published 11 July 2023, 10:00am



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

Telephone

+44 7821812478

Country

United Kingdom

NUTS code

UKI41 - Hackney and Newham

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.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

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 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 has been 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.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1,543,000

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
  • UKI - London

two.2.4) Description of the procurement

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

The procurement was conducted pursuant to the Public Contracts Regulations 2015 ("PCR 2015").

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 have awarded the contract to a single contractor to undertake all the works required as detailed in the tender documents.

two.2.5) Award criteria

Cost criterion - Name: Fixed Price / Weighting: 20%

Cost criterion - Name: Schedule of Rates / Weighting: 10%

Cost criterion - Name: Margins / Weighting: 10%

two.2.11) Information about options

Options: Yes

Description of options

The contract may be extended for 12 months


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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-007456

four.2.9) Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice


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

7 June 2023

five.2.2) Information about tenders

Number of tenders received: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

UK Docks Marine Services North Limited

Tyne and Wear

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

07585952

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £2,500,000

Total value of the contract/lot: £1,543,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court, Royal Courts of Justice

London

Country

United Kingdom