Notice Information
Notice Title
Resurfacing of the Main Deck of the Tamar Bridge, including the north and south cantilever lanes.
Notice Description
Resurfacing of the Main Deck of the Tamar Bridge, including the north and south cantilever lanes. The successfully appointed Contractor will also be required to safely remove the existing installed series of illuminated lane studs and ensure resurfacing work is completed to the agreed programme, to allow for prompt installation of the replacement studs by the separately appointed supplier, as a key part of the overall resurfacing project. There is also the potential scope to include ancillary expansion joint replacement and resurfacing of the Toll Plaza Area. The value of the Works is estimated to be within the range of PS4.5M to PS5.3M GBP. The work is anticipated to take place over a period of up to 6 months, anticipated to commence from April 2021. The resurfacing overall is concerned with implementing Stage 2 of the current resurfacing strategy and follows on from the resurfacing Stage 1 of the Plymouth side span in 2011. The stage 1 works just replaced the worst section that had failed prematurely, due to onerous loading conditions. Stage 2 of the resurfacing strategy, which includes the main deck centre span and the Saltash side span and north and south cantilever lanes, was based on a policy of lifetime maximisation of the existing surfacing system until such a point when noticeable and problematic degradation commenced. At the time it was anticipated that the remaining areas would achieve their anticipated design life span in excess of twelve years and at the then anticipated levels of degradation was expected to last for another 3-7 years (2014-2018). It is now the point where the maximum life has been extracted from the remaining surfacing and replacement is required, commencing in Spring 2021. Additional information: It is envisaged that the client will seek to develop and enhance the agreed specification and scope of works, in collaboration with a likely maximum of three Contractors, to be selected to discuss practical possibilities and options, through a formal Competitive Dialogue Procurement Process, to arrive at an optimum working solution for the most suitable surfacing application of the somewhat limited known options. over an agreed period of time. It is intended to use the following objective criteria for selecting the limited number of candidates to take through to the Competitive Dialogue stage of the overall process, based around clarity of their capability, availability and agreement on contractual preliminaries. More specifically an expectation that prospective Contractors can meet or demonstrate the following mandatory requirements: 1. A successfully completed Pre- Qualification Questionnaire including an expression of interest confirming willingness to participate in the proposed Competitive Dialogue process for its full duration. 2. Confirmation of suitability of previous experience to undertake such works and a clear understanding of Health and Safety and Traffic management requirements. 3. Confirmation of availability of adequate resources to undertake the works commencing with design and planning in early 2021. 4. Contractor's initial views on proposed form of contract, intended to be NEC3., tender period, liabilities and insurances to assist with achievement of a short but productive series of dialogue meetings, prior to tender submissions, tender assessment and governance approval periods prior to contract award. The Client will select up to three of the contractors considered to be most suitable on the basis of the aforementioned criteria being satisfied and the three highest scored responses to the Quality Assessment questions within the pre-qualification document. PLEASE NOTE: A detailed Contractor briefing document has been prepared and access to that, to further electronic information concerning this project, and to the pre- qualifying Invitation to Tender documentation can only be gained via the Supplyingthesouthwest.org.uk portal, wherein this project has the reference DN422865. All formal communications or queries regarding this opportunity, must only be accessed or made via the supplyingthesouthwest.org.uk portal under Project Reference DN422865. Key Constraints: * The bridge must remain open to vehicular traffic with a minimum of one lane in each direction throughout the entire duration of these proposed works and two lanes in one direction and one lane in the other at specified peak times. * The maximum thickness of the proposed surfacing system shall not exceed 55mm (nominal) and the minimum thickness shall not be less than 40mm (nominal) as part of the requirements for deflection control and wheel-load distribution into the structure. Although 55mm depth has already been used successfully on the Plymouth side there is a considerably more significant structural loading implication if it is proposed to be used over the full length of main span and the Saltash side. Preferred solutions will therefore minimise the depth as far as possible to the lower end of the permissible 40mm - 55mm range. Preferred solutions will also consider variance of the proposed thicknesses between the main deck and the cantilever lanes. The cantilever lanes experience lower traffic levels and preferred solutions will be at the lowest end of the thickness range. The North and South cantilevers shall have the same proposed surfacing thickness. * Localised tapering of the edges of the surfacing along kerb lines and at expansion joints will be necessary for proposed systems exceeding 40mm nominal thickness. (This was successfully achieved on the 2011 Plymouth side resurfacing and is possible). Anticipated provisional solutions: The following systems are expected to be the most likely to be suitable as the choice for the final proposed system. * Approved sprayed methyl methacrylate waterproofing system (2 layer) plus * (Up to) a maximum of 55mm "Gussasphalt" type surfacing (as applied on Plymouth sidespans), or similar equivalent * Or 40mm Polymer modified mastic asphalt * Or 40 mm Mastic asphalt (notionally as per the current 38mm system but with an additional 2mm depth to compensate for the removal of the original nominal 2mm bituminous waterproofing ). * Other surfacing system materials may be considered provided they can be shown to be equivalent to the above and compatible with the other requirements of this document. * The Toll Plaza surfacing system will be different and the outline specification will be a subject for discussion in dialogue. The outline specifications for discussion in dialogue will all be based on a design life of 20 years for the surfacing system. Tamar Crossings project team intend for this to result in a service life of 20 years subject to the assumptions of the design life (e.g. traffic effects) not being exceeded. The appointed surfacing contractor will be responsible for ensuring that all material supply and installation is compliant with final specifications.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-93d4ca5f-2da8-49f0-a264-24f0dde633c4
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/63cf90f6-b3c3-483e-bb90-002da4d159ef
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Competitive dialog
- Tender Suitability
- SME
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45233223 - Carriageway resurfacing works
45233251 - Resurfacing works
Notice Value(s)
- Tender Value
- £5,300,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- £3,829,425 £1M-£10M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 25 Feb 20214 years ago
- Submission Deadline
- 30 Jul 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 16 Feb 20215 years ago
- Contract Period
- 31 Mar 2021 - 30 Sep 2021 6-12 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CORNWALL COUNCIL
- Contact Name
- Mike Shillaber
- Contact Email
- mike.shillaber@cornwall.gov.uk
- Contact Phone
- +44 1872322716
Buyer Location
- Locality
- TRURO
- Postcode
- TR1 3AY
- Post Town
- Truro
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK3 Cornwall and Isles of Scilly
- Small Region (ITL 3)
- TLK30 Cornwall and Isles of Scilly
- Delivery Location
- TLK South West (England)
-
- Local Authority
- Cornwall
- Electoral Ward
- Truro Boscawen & Redannick
- Westminster Constituency
- Truro and Falmouth
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/63cf90f6-b3c3-483e-bb90-002da4d159ef
25th February 2021 - Awarded contract notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/3bca755d-3b3d-4b01-b95a-cadfaf811725
25th June 2020 - Opportunity notice on Contracts Finder
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-93d4ca5f-2da8-49f0-a264-24f0dde633c4-2021-02-25T16:29:16Z",
"date": "2021-02-25T16:29:16Z",
"ocid": "ocds-b5fd17-93d4ca5f-2da8-49f0-a264-24f0dde633c4",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "CORNWALL001-DN422865-80620787",
"title": "Resurfacing of the Main Deck of the Tamar Bridge, including the north and south cantilever lanes.",
"description": "Resurfacing of the Main Deck of the Tamar Bridge, including the north and south cantilever lanes. The successfully appointed Contractor will also be required to safely remove the existing installed series of illuminated lane studs and ensure resurfacing work is completed to the agreed programme, to allow for prompt installation of the replacement studs by the separately appointed supplier, as a key part of the overall resurfacing project. There is also the potential scope to include ancillary expansion joint replacement and resurfacing of the Toll Plaza Area. The value of the Works is estimated to be within the range of PS4.5M to PS5.3M GBP. The work is anticipated to take place over a period of up to 6 months, anticipated to commence from April 2021. The resurfacing overall is concerned with implementing Stage 2 of the current resurfacing strategy and follows on from the resurfacing Stage 1 of the Plymouth side span in 2011. The stage 1 works just replaced the worst section that had failed prematurely, due to onerous loading conditions. Stage 2 of the resurfacing strategy, which includes the main deck centre span and the Saltash side span and north and south cantilever lanes, was based on a policy of lifetime maximisation of the existing surfacing system until such a point when noticeable and problematic degradation commenced. At the time it was anticipated that the remaining areas would achieve their anticipated design life span in excess of twelve years and at the then anticipated levels of degradation was expected to last for another 3-7 years (2014-2018). It is now the point where the maximum life has been extracted from the remaining surfacing and replacement is required, commencing in Spring 2021. Additional information: It is envisaged that the client will seek to develop and enhance the agreed specification and scope of works, in collaboration with a likely maximum of three Contractors, to be selected to discuss practical possibilities and options, through a formal Competitive Dialogue Procurement Process, to arrive at an optimum working solution for the most suitable surfacing application of the somewhat limited known options. over an agreed period of time. It is intended to use the following objective criteria for selecting the limited number of candidates to take through to the Competitive Dialogue stage of the overall process, based around clarity of their capability, availability and agreement on contractual preliminaries. More specifically an expectation that prospective Contractors can meet or demonstrate the following mandatory requirements: 1. A successfully completed Pre- Qualification Questionnaire including an expression of interest confirming willingness to participate in the proposed Competitive Dialogue process for its full duration. 2. Confirmation of suitability of previous experience to undertake such works and a clear understanding of Health and Safety and Traffic management requirements. 3. Confirmation of availability of adequate resources to undertake the works commencing with design and planning in early 2021. 4. Contractor's initial views on proposed form of contract, intended to be NEC3., tender period, liabilities and insurances to assist with achievement of a short but productive series of dialogue meetings, prior to tender submissions, tender assessment and governance approval periods prior to contract award. The Client will select up to three of the contractors considered to be most suitable on the basis of the aforementioned criteria being satisfied and the three highest scored responses to the Quality Assessment questions within the pre-qualification document. PLEASE NOTE: A detailed Contractor briefing document has been prepared and access to that, to further electronic information concerning this project, and to the pre- qualifying Invitation to Tender documentation can only be gained via the Supplyingthesouthwest.org.uk portal, wherein this project has the reference DN422865. All formal communications or queries regarding this opportunity, must only be accessed or made via the supplyingthesouthwest.org.uk portal under Project Reference DN422865. Key Constraints: * The bridge must remain open to vehicular traffic with a minimum of one lane in each direction throughout the entire duration of these proposed works and two lanes in one direction and one lane in the other at specified peak times. * The maximum thickness of the proposed surfacing system shall not exceed 55mm (nominal) and the minimum thickness shall not be less than 40mm (nominal) as part of the requirements for deflection control and wheel-load distribution into the structure. Although 55mm depth has already been used successfully on the Plymouth side there is a considerably more significant structural loading implication if it is proposed to be used over the full length of main span and the Saltash side. Preferred solutions will therefore minimise the depth as far as possible to the lower end of the permissible 40mm - 55mm range. Preferred solutions will also consider variance of the proposed thicknesses between the main deck and the cantilever lanes. The cantilever lanes experience lower traffic levels and preferred solutions will be at the lowest end of the thickness range. The North and South cantilevers shall have the same proposed surfacing thickness. * Localised tapering of the edges of the surfacing along kerb lines and at expansion joints will be necessary for proposed systems exceeding 40mm nominal thickness. (This was successfully achieved on the 2011 Plymouth side resurfacing and is possible). Anticipated provisional solutions: The following systems are expected to be the most likely to be suitable as the choice for the final proposed system. * Approved sprayed methyl methacrylate waterproofing system (2 layer) plus * (Up to) a maximum of 55mm \"Gussasphalt\" type surfacing (as applied on Plymouth sidespans), or similar equivalent * Or 40mm Polymer modified mastic asphalt * Or 40 mm Mastic asphalt (notionally as per the current 38mm system but with an additional 2mm depth to compensate for the removal of the original nominal 2mm bituminous waterproofing ). * Other surfacing system materials may be considered provided they can be shown to be equivalent to the above and compatible with the other requirements of this document. * The Toll Plaza surfacing system will be different and the outline specification will be a subject for discussion in dialogue. The outline specifications for discussion in dialogue will all be based on a design life of 20 years for the surfacing system. Tamar Crossings project team intend for this to result in a service life of 20 years subject to the assumptions of the design life (e.g. traffic effects) not being exceeded. The appointed surfacing contractor will be responsible for ensuring that all material supply and installation is compliant with final specifications.",
"datePublished": "2020-06-25T17:35:45+01:00",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45233223",
"description": "Carriageway resurfacing works"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45233251",
"description": "Resurfacing works"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "South West",
"countryName": "United Kingdom"
},
{
"region": "South West",
"countryName": "United Kingdom"
}
]
}
],
"minValue": {
"amount": 4500000,
"currency": "GBP"
},
"value": {
"amount": 5300000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive dialog",
"tenderPeriod": {
"endDate": "2020-07-30T01:00:00+01:00"
},
"contractPeriod": {
"startDate": "2021-04-01T00:00:00+01:00",
"endDate": "2021-09-30T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "works",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/3bca755d-3b3d-4b01-b95a-cadfaf811725",
"datePublished": "2020-06-25T17:35:45+01:00",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "Advert",
"url": "https://procontract.due-north.com/Advert?advertId=ba8e5de6-71a8-e911-80f8-005056b64545"
}
]
},
"parties": [
{
"id": "GB-CFS-50508",
"name": "Cornwall Council",
"identifier": {
"legalName": "Cornwall Council"
},
"address": {
"streetAddress": "County Hall, Treyew Road",
"locality": "Truro",
"postalCode": "TR1 3AY",
"countryName": "England"
},
"contactPoint": {
"name": "Mike Shillaber",
"email": "Mike.Shillaber@cornwall.gov.uk",
"telephone": "+44 1872322716"
},
"details": {
"url": "http://www.cornwall.gov.uk"
},
"roles": [
"buyer"
]
},
{
"id": "GB-CFS-163678",
"name": "VolkerLaser",
"identifier": {
"legalName": "VolkerLaser"
},
"address": {
"streetAddress": "The Lodge, Blackpole Road, Worcester WFH 9RH"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-CFS-50508",
"name": "Cornwall Council"
},
"awards": [
{
"id": "ocds-b5fd17-93d4ca5f-2da8-49f0-a264-24f0dde633c4-1",
"status": "active",
"date": "2021-02-16T00:00:00Z",
"datePublished": "2021-02-25T16:29:16Z",
"value": {
"amount": 3829425,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-163678",
"name": "VolkerLaser"
}
],
"contractPeriod": {
"startDate": "2021-04-01T00:00:00+01:00",
"endDate": "2021-09-30T23:59:59+01:00"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/63cf90f6-b3c3-483e-bb90-002da4d159ef",
"datePublished": "2021-02-25T16:29:16Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "Advert",
"url": "https://procontract.due-north.com/Advert?advertId=ba8e5de6-71a8-e911-80f8-005056b64545"
}
]
}
]
}