Tender

Tamar Bridge Operational Support Services Contract incorporating Recovery of Light Vehicles

  • Cornwall Council
  • Plymouth City Council

F02: Contract notice

Notice identifier: 2021/S 000-021151

Procurement identifier (OCID): ocds-h6vhtk-02da0f

Published 26 August 2021, 12:51pm



Section one: Contracting authority

one.1) Name and addresses

Cornwall Council

County Hall, Treyew Road

Truro

TR1 3AY

Contact

Mr James Howarth

Email

james.howarth@cornwall.gov.uk

Country

United Kingdom

NUTS code

UKK3 - Cornwall and Isles of Scilly

Internet address(es)

Main address

http://www.cornwall.gov.uk

Buyer's address

http://www.cornwall.gov.uk

one.1) Name and addresses

Plymouth City Council

Ballard House, West Hoe Road

Plymouth

PL1 3BJ

Email

Paul.Williams@Plymouth.gov.uk

Country

United Kingdom

NUTS code

UKK4 - Devon

Internet address(es)

Main address

http://plymouth.gov.uk

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=08935da8-9ba9-eb11-810c-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=08935da8-9ba9-eb11-810c-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

Tamar Bridge Operational Support Services Contract incorporating Recovery of Light Vehicles

Reference number

DN538761

two.1.2) Main CPV code

  • 50118400 - Breakdown and recovery services for motor vehicles

two.1.3) Type of contract

Services

two.1.4) Short description

The main intention of this proposed 4 year contract, with the option to extend by a further 2 x 12 month periods, is to ensure suitable service provision of a 24/7 availability light vehicle recovery service to limit disruption to traffic flow due to breakdowns on the four vehicle lanes over the Tamar Bridge and also in the adjacent Saltash Tunnel.

The Service also requires other business critical and routine duties and activities as stated in the Scope and broad outline specification below:

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50118100 - Breakdown and recovery services for cars
  • 50118500 - Breakdown and recovery services for motorcycles

two.2.3) Place of performance

NUTS codes
  • UKK3 - Cornwall and Isles of Scilly
  • UKK4 - Devon
Main site or place of performance

Tamar Bridge on the border of Devon and Cornwall

two.2.4) Description of the procurement

Primary duty: Light Vehicle Recovery

• Provision of all staff, plant, equipment and insurances to carry out light vehicle recovery (up to 3.5 tonne gross vehicle weight) and traffic management for 24 hours per day, 7 days per week to ensure timely and safe recovery of vehicles to minimise hazards and disruption to users enabling the restoration of normal traffic flow in the shortest possible timescale.

Ancillary duties: Operational support staff will also be required to undertake other activities and duties including but not restricted to the following.

Business critical:

• De-icing of South Cantilever Lane/Footpaths/Car Parks

• Ensuring security of all buildings/offices within Tamar Bridge areas of jurisdiction

• Start up/close down of Emergency Supply Generator

• A roving resource providing support in dealing with emergencies or to investigate other causes for concern particularly during the late evening and early morning when Tamar Bridge staffing levels are at a minimum.

Routine:

• Transfer of Abnormal Load Crossing Receipts to Toll Plaza

• Enforcement of 2 hour maximum parking in bridge car park

• Removal of litter/debris from bridge grounds

• Transfer of recycling materials to contractors

Required skills

All Operational Support Staff will have received training in vehicle recovery safety procedures from a recognized organisation such as the Institute of Vehicle Recovery (IVR) that works alongside the Road Assistance and Vehicle Recovery Sector, Health and Safety Executive and the Highways Agency to focus on the reduction of

roadside injuries and fatalities through training and procedures.

For each recovery the traffic management set up and take down works will be in accordance with the Department for Transport /Highways Agency Traffic Safety Measures and Signs for Road Works and Temporary Situations to Chapter 8 – Part 2: Operations.

Location

Tamar Bridge Operational Support staff will be based in the Tamar Bridge Main Administration Office situated on the Plymouth side of the river Tamar and will have access to all welfare facilities.

Reporting and contract management expectations

The successful contractor will be required to liaise closely with the Tamar Crossings client on all aspects regarding the Operational Support role.

Members of the contractor’s management team will be required to attend regular meetings with the Tamar Bridge Operations & Health & Safety Managers throughout the duration of the contract and will provide specific data/information to enable the establishment of Key Performance Indicators for the Operational Support role.

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The Contract is intended to be re-procured after its proposed duration (along with any options to extend if used) has concluded.

two.2.10) Information about variants

Variants will be accepted: No

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

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

27 September 2021

Local time

3:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

27 September 2021

Local time

3:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

Monitoring Officer Cornwall Council

Truro

TR1 3AY

Country

United Kingdom