Section one: Contracting authority
one.1) Name and addresses
Transport for London
Palestra, 197 Blackfriars Road,
London,
SE1 8NJ
Contact
Mr Daniel Farley
Telephone
+44 07514491241
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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=b4e5a248-6ddb-ec11-8114-005056b64545
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=b4e5a248-6ddb-ec11-8114-005056b64545
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Other activity
Transport
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Woolwich Ferry Linkspan Maintenance
Reference number
DN613414
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
TfL is establishing a single contract for the maintenance of Woolwich Ferry’s Linkspans and associated infrastructure as outlined in this Contract Notice and as more particularly described in the procurement documents. The scope of the contract will include: planned preventative maintenance which includes proactive minor capital renewals, cleaning, mechanical and electrical activities, emergency (incident) response & repair, reactive response & repair, winter maintenance, safety inspections, health and safety assistance to third parties, minor capital intervention works including any necessary design input and the provision of parts & materials. The intended start date of the contract is January 2023.
two.1.5) Estimated total value
Value excluding VAT: £1,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The Woolwich Ferry has two terminals, one south of the River Thames and one to the north of the river. Each terminal contains two Linkspans which act as a drawbridge that provides vehicle and pedestrian/cycle access and egress between the ferry and the terminals.
The Linkspans need to be regularly maintained and the scope of this procurement includes:
• Condition surveys, including non-destructive testing and maintenance of
• Counterweight systems
• Yoke pins
• Hoist bottom ends including Orkot bushes
• Sprag mechanical linkages
• Battle deck bearings
• Road deck rocker bearings
• Source or manufacture replacement parts
• Temporary works to access the Linkspans for maintenance purposes
• Maintenance and renewal of other TfL marine infrastructure
• Minimising any effects of the maintenance works on the operational performance of the ferry.
The contract is anticipated to last for approximately twelve months including delivery of the 5 yearly maintenance requirements, with an option to undertake further routine and reactive maintenance works up to a maximum of four years.
Due to operational and infrastructure constraints, TfL are looking to maintain the ferry service whilst the maintenance works are undertaken. This may require the supplier to work outside of the Woolwich Ferry operational hours.
The supplier will need to liaise with stakeholder during the course of the works and may need to gain any necessary consent from and/or be licensed by the Port of London Authority (PLA) undertake these types of works on the River Thames, London.
The scope also includes non-routine maintenance for activities (including any necessary design input) for works such as defect rectification, the replacement of minor assets and some minor capital renewals. The Supplier will need to be available at all times to respond to these requests.
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
48
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: 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: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-014346
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 October 2022
Local time
12:00pm
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
6 October 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The procurement process is being conducted by TfL (a functional body of the Greater London Authority (GLA)) under the Public Contracts Regulations 2015.
This contract notice (and the associated procurement documents) are published in good faith. No warranty is given as to the accuracy or completeness of the information contained in it. Any liability for inaccuracy or incompleteness is expressly disclaimed by TfL and its advisors.
Nothing in this contract notice (and the associated procurement documents) will be taken as constituting an offer (whether implied or otherwise), or any agreement, whether express or implied between TfL and any other party. TfL reserves the right to withdraw from, cancel or amend the procurement process and may award the contract in whole, in part, or not at all as a result of this call for competition with no liability on its part. TfL shall not be liable for any costs or expenses incurred by any candidates in considering and/or responding to the procurement process and/or resulting from any amendment or cancellation of this procurement exercise. Economic operators submit a response to this procurement at their own risk.
Tenders and supporting documents must be priced in Pounds Sterling and all payments made under the contract will be in Pounds Sterling, unless otherwise advised.
To express an interest in this tender, economic operators need to complete and submit a response to the tender documents by the deadline date in Section IV.2.2. To access the procurement documents and complete them, an economic operator will need to be registered on the online e-tendering portal. To register or to check if you are already registered log on to https://procontract.due-north.com/Register. Economic Operator’s must register their interest in this opportunity in order to access the tender documents . Further instructions and guidance are included in the questionnaire and other procurement documents.
Economic operators must read the instructions carefully before proceeding with registration and are advised to satisfy themselves that they understand all the requirements of this contract and the procurement exercise before submitting their response.
six.4) Procedures for review
six.4.1) Review body
High Court, Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom