Award

Tamar Road Bridge Suspension System Remedial Works

CORNWALL COUNCIL

This public procurement record has 2 releases in its history.

Award

07 Jun 2017 at 08:55

Tender

17 Jan 2017 at 09:03

Summary of the contracting process

The Cornwall Council is seeking contractors for the Tamar Road Bridge Suspension System Remedial Works project, slated to commence in Spring 2017. The tender, titled "Tamar Road Bridge Suspension System Remedial Works", falls under the architectural, construction, engineering, and inspection services industry category, with an estimated value between £2,825,000 and £4,788,000. The procurement process is currently in the Award stage, having published the tender on 17 January 2017 and closing it on 13 February 2017. The contract is expected to begin on 1 May 2017 and is to be completed by 31 December 2018, primarily in the South West region of England.

This tender presents a valuable opportunity for businesses specialising in civil engineering and construction, particularly those with experience in working on large, complex projects in live traffic environments. Companies that can demonstrate capability in health and safety compliance and have the necessary resources for the design and planning phases are particularly encouraged to compete. The procurement method is selective, based on a Competitive Dialogue process, allowing the council to engage closely with a small number of contractors to establish the optimal solution for the bridge's remedial needs.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Tamar Road Bridge Suspension System Remedial Works

Notice Description

The Tamar Road Bridge crosses the River Tamar between the main Towns of Saltash in Cornwall and Plymouth in Devon. The Bridge is jointly funded by the Local Authorities of Cornwall Council and Plymouth City Council and administered on behalf of those Authorities via the Tamar Bridge and Torpoint Ferry Joint Committee with Cornwall Council taking the lead role and responsibility for this and the majority of Procurement Activities. Inspection of hidden critical elements (hanger and cable band bolts) in 2014 and associated laboratory testing in 2015 revealed some anomalies in bolt hardness values. Some additional sample hardness testing was instructed and undertaken in Summer 2016. This was further extended to full coverage hardness testing in Autumn 2016. Preliminary results of the full testing exercise have indicated that provision for a programme of bolt replacement is now required. The nature of the proposed replacement works is of a relatively specialist nature and will involve works at height adjacent to live traffic and a waterway. The works are likely to be instructed for priority completion. In view of the likely mobilisation period and winter working restrictions this is expected to mean a start on site in Spring 2017. It should be noted that testing works and interpretation are still ongoing at the date of publication of this document and therefore the final scope of the works cannot yet be defined. As such, it is envisaged that the client will develop and enhance the agreed specification and scope of works in collaboration with a likely maximum of three Contractors to be selected to discuss possibilities and options through a formal Competitive Dialogue Procurement Process, to arrive at an optimum working solution of planned replacement for these key components of the Bridge structure over an agreed period of time.Currently, the range of work may vary from the minimal replacements of bolts, i.e. approximately 20 % out of a total of 1374 bolts, up to full replacement and this is reflected in the estimated value of work, envisaged to be between 2,825 000 and 4,788 000 GBP. It should be noted that the bolts are located across 120 Hanger locations, spanning the full length of the Bridge, and as such it is envisaged a programme of complete replacement may take between 12 and 18 months. This opportunity is also being advertised via the Official Journal of the European Union for the same duration. Additional information: The Joint Authorities intend 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. 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 requirements. 3. Confirmation of availability of adequate resources to undertake the works commencing with design and planning in 2017. 4. Contractor's initial views on proposed form of contract, expected to be an appropriate NEC option, tender period, liabilities and insurances to assist with achievement of a short but productive dialogue, tender, and tender assessment periods prior to award. 5. Contractor attendance on site for a half day visit, scheduled to commence at the Bridge Offices at 10am on Wednesday 25th January, 2017, to allow prospective contractors to view the bridge site and some of the more accessible hangar bolts etc. The Client will select up to three of the contractors considered to be most suitable on the basis of the aforementioned criteria combined with the top scoring three contractors via assessment of their responses to the quality based questions posed within the preliminary Invitation to Tender document. PLEASE NOTE: The attached Contractor preliminary briefing document attached gives a more detailed explanation of the likely scope of works and the process to be followed but all further electronic information concerning this project and access to the pre-qualifying Invitation to Tender documentation can ONLY be gained via the Supplyingthesouthwest.org.uk portal, wherein this project has the reference DN231976.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-a2472d68-92b4-4833-af7b-cf93e91a51a4
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/12b47685-bf9d-4fb6-8dce-49296e58b7d1
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

71 - Architectural, construction, engineering and inspection services


CPV Codes

71000000 - Architectural, construction, engineering and inspection services

Notice Value(s)

Tender Value
£4,788,000 £1M-£10M
Lots Value
Not specified
Awards Value
£4,146,816 £1M-£10M
Contracts Value
Not specified

Notice Dates

Publication Date
7 Jun 20178 years ago
Submission Deadline
13 Feb 2017Expired
Future Notice Date
Not specified
Award Date
29 May 20178 years ago
Contract Period
31 May 2017 - 31 Aug 2018 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CORNWALL COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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

Supplier Information

Number of Suppliers
1
Supplier Name

AMERICAN BRIDGE INTERNATIONAL

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-a2472d68-92b4-4833-af7b-cf93e91a51a4-2017-06-07T09:55:02+01:00",
    "date": "2017-06-07T09:55:02+01:00",
    "ocid": "ocds-b5fd17-a2472d68-92b4-4833-af7b-cf93e91a51a4",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "DN231976/2",
        "title": "Tamar Road Bridge Suspension System Remedial Works",
        "description": "The Tamar Road Bridge crosses the River Tamar between the main Towns of Saltash in Cornwall and Plymouth in Devon. The Bridge is jointly funded by the Local Authorities of Cornwall Council and Plymouth City Council and administered on behalf of those Authorities via the Tamar Bridge and Torpoint Ferry Joint Committee with Cornwall Council taking the lead role and responsibility for this and the majority of Procurement Activities. Inspection of hidden critical elements (hanger and cable band bolts) in 2014 and associated laboratory testing in 2015 revealed some anomalies in bolt hardness values. Some additional sample hardness testing was instructed and undertaken in Summer 2016. This was further extended to full coverage hardness testing in Autumn 2016. Preliminary results of the full testing exercise have indicated that provision for a programme of bolt replacement is now required. The nature of the proposed replacement works is of a relatively specialist nature and will involve works at height adjacent to live traffic and a waterway. The works are likely to be instructed for priority completion. In view of the likely mobilisation period and winter working restrictions this is expected to mean a start on site in Spring 2017. It should be noted that testing works and interpretation are still ongoing at the date of publication of this document and therefore the final scope of the works cannot yet be defined. As such, it is envisaged that the client will develop and enhance the agreed specification and scope of works in collaboration with a likely maximum of three Contractors to be selected to discuss possibilities and options through a formal Competitive Dialogue Procurement Process, to arrive at an optimum working solution of planned replacement for these key components of the Bridge structure over an agreed period of time.Currently, the range of work may vary from the minimal replacements of bolts, i.e. approximately 20 % out of a total of 1374 bolts, up to full replacement and this is reflected in the estimated value of work, envisaged to be between 2,825 000 and 4,788 000 GBP. It should be noted that the bolts are located across 120 Hanger locations, spanning the full length of the Bridge, and as such it is envisaged a programme of complete replacement may take between 12 and 18 months. This opportunity is also being advertised via the Official Journal of the European Union for the same duration. Additional information: The Joint Authorities intend 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. 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 requirements. 3. Confirmation of availability of adequate resources to undertake the works commencing with design and planning in 2017. 4. Contractor's initial views on proposed form of contract, expected to be an appropriate NEC option, tender period, liabilities and insurances to assist with achievement of a short but productive dialogue, tender, and tender assessment periods prior to award. 5. Contractor attendance on site for a half day visit, scheduled to commence at the Bridge Offices at 10am on Wednesday 25th January, 2017, to allow prospective contractors to view the bridge site and some of the more accessible hangar bolts etc. The Client will select up to three of the contractors considered to be most suitable on the basis of the aforementioned criteria combined with the top scoring three contractors via assessment of their responses to the quality based questions posed within the preliminary Invitation to Tender document. PLEASE NOTE: The attached Contractor preliminary briefing document attached gives a more detailed explanation of the likely scope of works and the process to be followed but all further electronic information concerning this project and access to the pre-qualifying Invitation to Tender documentation can ONLY be gained via the Supplyingthesouthwest.org.uk portal, wherein this project has the reference DN231976.",
        "datePublished": "2017-01-17T09:03:12Z",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71000000",
            "description": "Architectural, construction, engineering and inspection services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 2825000,
            "currency": "GBP"
        },
        "value": {
            "amount": 4788000,
            "currency": "GBP"
        },
        "procurementMethodDetails": "Competitive dialog",
        "tenderPeriod": {
            "endDate": "2017-02-13T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2017-05-01T00:00:00+01:00",
            "endDate": "2018-12-31T23:59:59Z"
        },
        "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/7d865939-706f-4e8b-8905-c9c5f2ce28d1",
                "datePublished": "2017-01-17T09:03:12Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "bidders",
                "description": "Contractor Preliminary Briefing Document",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/05fbde4c-1e8a-43a7-ac78-113fe87cfbbc",
                "format": "application/pdf"
            },
            {
                "id": "3",
                "documentType": "tenderNotice",
                "description": "Link to provisional ITT via the supplyingthesouthwest.org.uk portal",
                "url": "https://procontract.due-north.com/Advert/Index?advertId=3d18f477-c9d1-e611-80da-005056b64545"
            }
        ],
        "procurementMethod": "selective"
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/6pZM4Yet",
            "name": "Cornwall Council",
            "identifier": {
                "legalName": "Cornwall Council",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/6pZM4Yet"
            },
            "address": {
                "streetAddress": "Cornwall Council, Commercial Services Team, New County Hall, Treyew Road",
                "locality": "Truro",
                "postalCode": "TR1 3AY",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Mike Shillaber",
                "email": "mshillaber@cornwall.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-58753",
            "name": "American Bridge International Corporation",
            "identifier": {
                "legalName": "American Bridge International Corporation"
            },
            "address": {
                "streetAddress": "Acre House 11 - 15 William Road London NW1 3ER"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/6pZM4Yet",
        "name": "Cornwall Council"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-a2472d68-92b4-4833-af7b-cf93e91a51a4-1",
            "status": "active",
            "date": "2017-05-30T00:00:00+01:00",
            "datePublished": "2017-06-07T09:55:02+01:00",
            "value": {
                "amount": 4146816,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-58753",
                    "name": "American Bridge International Corporation"
                }
            ],
            "contractPeriod": {
                "startDate": "2017-06-01T00:00:00+01:00",
                "endDate": "2018-08-31T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/12b47685-bf9d-4fb6-8dce-49296e58b7d1",
                    "datePublished": "2017-06-07T09:55:02+01:00",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "documentType": "bidders",
                    "description": "Contractor Preliminary Briefing Document",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/05fbde4c-1e8a-43a7-ac78-113fe87cfbbc",
                    "format": "application/pdf"
                },
                {
                    "id": "3",
                    "documentType": "tenderNotice",
                    "description": "Link to provisional ITT via the supplyingthesouthwest.org.uk portal",
                    "url": "https://procontract.due-north.com/Advert/Index?advertId=3d18f477-c9d1-e611-80da-005056b64545"
                }
            ]
        }
    ]
}