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 manage the sub-contract element of this project, which will involve liaising with the specialist manufacturer to safely remove the existing installed series of illuminated lane studs and being responsible for the timely installation of their replacements, as a key part of the overall resurfacing project. The work is anticipated to take place over a period of up to nine months, anticipated to commence from April 2020.. 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 2020. Suitably experienced and qualified companies are invited to attend a Supplier Information Event, to be held at the Tamar Bridge Offices, commencing from 10 am, on Thursday 5th September, 2019, to find out more about the project and ask pertinent questions before we look to formally advertise the opportunity in late September. If interested in attending this event, please confirm your intended attendance at this event by detailing your name, organisation name, job role and email address via the Portal messaging system for this project and initially we will be limiting participation to no more than 2 attendees per organisation. Additional information: 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 for the most suitable surfacing application of the 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 2020. 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. This prior notice is intended to initially alert the market to this opportunity, ahead of the more formal open procurement process, anticipated to be undertaken from the end of September 2019, onwards. Any additional information requests or initial queries must only be raised using the Due North Portal via supplyingthesouthwest.org.uk via Project Reference DN422865.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-c1ef3c79-d54f-4898-b599-e4e644dee6eb
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/518710dd-2e06-4629-955f-7a2c92f08804
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planned Procurement Notice
- Procurement Type
- Standard
- Procurement Category
- Not specified
- Procurement Method
- Not Specified
- Procurement Method Details
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45233223 - Carriageway resurfacing works
45233251 - Resurfacing works
Notice Value(s)
- Tender Value
- £5,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 22 Jul 20196 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 29 Sep 2019Expired
- Award Date
- Not specified
- Contract Period
- 31 Mar 2020 - 31 Dec 2020 6-12 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- 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/518710dd-2e06-4629-955f-7a2c92f08804
22nd July 2019 - Future 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-c1ef3c79-d54f-4898-b599-e4e644dee6eb-2019-07-22T12:13:44+01:00",
"date": "2019-07-22T12:13:44+01:00",
"ocid": "ocds-b5fd17-c1ef3c79-d54f-4898-b599-e4e644dee6eb",
"language": "en",
"initiationType": "tender",
"planning": {
"budget": {
"budgetBreakdown": [
{
"id": "1",
"period": {
"startDate": "2019-04-01T00:00:00+01:00",
"endDate": "2020-03-31T23:59:59+01:00"
},
"description": "2019/2020",
"amount": {
"amount": 5000000,
"currency": "GBP"
}
}
]
},
"documents": [
{
"id": "1",
"documentType": "plannedProcurementNotice",
"description": "Future opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/518710dd-2e06-4629-955f-7a2c92f08804",
"datePublished": "2019-07-22T12:13:44+01:00",
"format": "text/html",
"language": "en"
}
]
},
"tender": {
"id": "CORNWALL001-DN422865-89347984",
"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 manage the sub-contract element of this project, which will involve liaising with the specialist manufacturer to safely remove the existing installed series of illuminated lane studs and being responsible for the timely installation of their replacements, as a key part of the overall resurfacing project. The work is anticipated to take place over a period of up to nine months, anticipated to commence from April 2020.. 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 2020. Suitably experienced and qualified companies are invited to attend a Supplier Information Event, to be held at the Tamar Bridge Offices, commencing from 10 am, on Thursday 5th September, 2019, to find out more about the project and ask pertinent questions before we look to formally advertise the opportunity in late September. If interested in attending this event, please confirm your intended attendance at this event by detailing your name, organisation name, job role and email address via the Portal messaging system for this project and initially we will be limiting participation to no more than 2 attendees per organisation. Additional information: 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 for the most suitable surfacing application of the 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 2020. 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. This prior notice is intended to initially alert the market to this opportunity, ahead of the more formal open procurement process, anticipated to be undertaken from the end of September 2019, onwards. Any additional information requests or initial queries must only be raised using the Due North Portal via supplyingthesouthwest.org.uk via Project Reference DN422865.",
"status": "planned",
"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"
}
]
}
],
"value": {
"amount": 5000000,
"currency": "GBP"
},
"communication": {
"futureNoticeDate": "2019-09-30T00:00:00+01:00"
},
"contractPeriod": {
"startDate": "2020-04-01T00:00:00+01:00",
"endDate": "2020-12-31T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": false
}
},
"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"
]
}
],
"buyer": {
"id": "GB-CFS-50508",
"name": "Cornwall Council"
}
}