Section one: Contracting authority
one.1) Name and addresses
Cornwall Council
County Hall, Treyew Road
Truro
TR1 3AY
Contact
Mr James Howarth
Country
United Kingdom
NUTS code
UKK3 - Cornwall and Isles of Scilly
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Plymouth City Council
Ballard House, West Hoe Road
Plymouth
PL1 3BJ
Country
United Kingdom
NUTS code
UKK4 - Devon
Internet address(es)
Main address
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