Tamar Bridge Inspection and Maintenance Contract
It is a Statutory Legal Requirement that the Maintenance Gantries of the Tamar Road Bridge are fully inspected at 6 yearly intervals.
United Kingdom-Truro: Architectural, construction, engineering and inspection services
2015/S 096-174241
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Cornwall Council
Commercial Services, 2nd Floor, West Wing, New County Hall, Treyew Road
For the attention of: Mike Shillaber
TR1 3AY Truro
UNITED KINGDOM
Telephone: +44 1872322716
E-mail: mshillaber@cornwall.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Tamar Road Bridge, on the A38 road border between Devon and Cornwall.
NUTS code UKK41
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The Tamar Road Bridge is part of the A38 Trunk Road and crosses the River Tamar on the border between Devon and Cornwall. The crossing is jointly owned by Cornwall Council and Plymouth City Council (the Joint Authority) and operated on behalf of the two authorities by the Tamar Bridge and Torpoint Ferry Joint Committee (TBTF).
There are four maintenance gantries, which are under the main deck and cantilevers of the Bridge and were installed in 1998 and 2001.
The gantries traverse along rails suspended from the underside of the Tamar Bridge, and they now require their second 6 yearly Principal Inspection.
In order to provide a more stable environment unaffected by the weather, it is envisaged that the gantries and bogeys will require to be lowered from the bridge and removed from site for inspection and structural load testing and then re-erected.
This contractual work is anticipated to take up to a maximum period of 12 months.
A detailed report is to be produced identifying all of the defects found and what remedial works are required, as well as an indication of the costs estimated to repair them. The testing will include Structural Load Testing of the gantries.
Therefore, the information gleaned from the inspection will effectively inform the specification for the follow up tendering exercise to appoint a suitable maintenance company to actually carry out the majority of the maintenance works required, although it is possible that some more urgent remedial maintenance work may be required to be undertaken by the company appointed for the initial Gantry Inspection work or its recognised sub contractor.
II.1.6)Common procurement vocabulary (CPV)
71000000, 71631400, 71630000, 71631450, 71334000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 300 000 and 700 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 72 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: As stated in the ITT.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
As stated in the ITT.
III.3.1)Information about a particular profession
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2015/S 14-021205 of 21.1.2015
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 2.7.2015
Place:
New County Hall, Truro, TR1 3AY.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Client Representative, Independent Officer and Contact Officer.
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 6 years.
VI.2)Information about European Union funds
VI.3)Additional information
All tenderers will be expected to attend or at least be represented at the designated Provider Information Day at the Bridge, currently scheduled for 10:00 on Wednesday 10.6.2015. Attendance is strongly advised but not mandatory and any contractors unable to be in attendance will, along with those who were, be provided in writing with any information or questions raised and answers given on the day to ensure all parties have the same information to base their tender submissions upon and avoid any confusion or misunderstandings etc.
The meeting point contact and address for assembly will be as follows:
Richard Cole;
Engineering Manager;
Tamar Bridge and Torpoint Ferry Joint Committee;
Tamar Bridge;
Tamar Bridge Office;
Pemros Road;
St Budeaux;
Plymouth;
PL5 1LP.
If your company or its representative is unable to attend at the last minute or unavoidably detained please advise Richard, via either of the following means, as soon as possible:
Telephone: +44 1752 361577.
VI.5)Date of dispatch of this notice: