Notice Information
Notice Title
Torpoint Ferry Refits 2023-2025
Notice Description
The Torpoint Ferry Service is the largest chain ferry operation in the world, carrying 2.4 million vehicles and 800 thousand foot passengers a year. It operates three chain ferries linking Plymouth with South East Cornwall, each vessel has a length of 48 metres and breadth of 20 metres and can carry up to 73 cars and 140 foot passengers. Every five years each of the three Torpoint ferries requires a mandatory dry docking to allow a survey of the underwater hull to ensure the material state is sufficient to safely last a further five years, to enable classification society and Marine Coastguard Agency surveys together with essential maintenance and modifications. Cornwall Council is leading this procurement to procure ferry refits on behalf of its Joint Authority owners in accordance with the Public Contract Regulations 2015 and the Open Tender procedure, with the intention to let a framework contract covering three refits taking place in April 2023, April 2024 and April 2025. The contracted work package for each refit to include the tow from Torpoint to the refitting shipyard and the return and the refits cycle time should be no greater than 30 calendar days from removal of each Ferry from its chains to reinstatement and full return to service. The objective is to provide a period in dry dock for essential dock dependent ferry maintenance and modifications together with inspections of other key equipment and systems by Lloyds Register, a third party quality assurance organisation. This statutory requirement and satisfactory completion is required before the issue of a Chain Ferry Certificate by the regulatory authority, the Maritime and Coastguard Agency. The aim at the completion of a refit is to provide a ferry that is of a sufficient material state to allow issue of a Chain Ferry Certificate and give five years high availability operational service without significant breakdown or other major maintenance requirements in line with the specification. Tamar Bridge and Torpoint Ferry Joint Committee (TB&TF) will provide the technical supervisory role at the refit location. There will be a requirement to integrate TB&TF staff maintenance activity, within the overarching refit project management plan. TB&TF will assist with provision of certain spare parts and also will advise on particular specialist sub- contractors that may be required to undertake specific tasks.
Lot Information
Lot 1
The Torpoint Ferry Service is the largest chain ferry operation in the world, carrying 2.4 million vehicles and 800 thousand foot passengers a year. It operates three chain ferries linking Plymouth with South East Cornwall, each vessel has a length of 48 metres and breadth of 20 metres and can carry up to 73 cars and 140 foot passengers. Every five years each of the three Torpoint ferries requires a mandatory dry docking to allow a survey of the underwater hull to ensure the material state is sufficient to safely last a further five years, to enable classification society and Marine Coastguard Agency surveys together with essential maintenance and modifications. Cornwall Council is leading this procurement to procure ferry refits on behalf of its Joint Authority owners in accordance with the Public Contract Regulations 2015 and the Open Tender procedure, with the intention to let a framework contract covering three refits taking place in April 2023, April 2024 and April 2025. The contracted work package for each refit to include the tow from Torpoint to the refitting shipyard and the return and the refits cycle time should be no greater than 30 calendar days from removal of each Ferry from its chains to reinstatement and full return to service. The objective is to provide a period in dry dock for essential dock dependent ferry maintenance and modifications together with inspections of other key equipment and systems by Lloyds Register, a third party quality assurance organisation. This statutory requirement and satisfactory completion is required before the issue of a Chain Ferry Certificate by the regulatory authority, the Maritime and Coastguard Agency. The aim at the completion of a refit is to provide a ferry that is of a sufficient material state to allow issue of a Chain Ferry Certificate and give five years high availability operational service without significant breakdown or other major maintenance requirements in line with the specification. Tamar Bridge and Torpoint Ferry Joint Committee (TB&TF) will provide the technical supervisory role at the refit location. There will be a requirement to integrate TB&TF staff maintenance activity, within the overarching refit project management plan. TB&TF will assist with provision of certain spare parts and also will advise on particular specialist sub- contractors that may be required to undertake specific tasks.
Renewal: Future refits to be scheduled as necessary to comply with Lloyds register 5 yearly docking survey requirements.
Procurement Information
Awarded by way of direct award through use of negotiated procedure without prior publication, in accordance with Regulation 32(2)(a) of the Public Contracts Regulations (2015), when no compliant bids were received following the original open tender process
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0322ca
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/012797-2023
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Limited
- Procurement Method Details
- Award procedure without prior publication of a call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50241200 - Ferry repair services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £3,078,717 £1M-£10M
Notice Dates
- Publication Date
- 4 May 20232 years ago
- Submission Deadline
- 26 May 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 5 Apr 20232 years ago
- Contract Period
- 31 Oct 2022 - 30 Apr 2025 2-3 years
- Recurrence
- Estimated timing for further notices to be published: On a similar five yearly cycle
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CORNWALL COUNCIL
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- james.howarth@cornwall.gov.uk, paul.williams@plymouth.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- TRURO
- Postcode
- TR1 3AY
- Post Town
- Truro
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK4 Devon
- Small Region (ITL 3)
- TLK41 Plymouth
- Delivery Location
- TLK3 Cornwall and Isles of Scilly, TLK41 Plymouth
-
- Local Authority
- Plymouth
- Electoral Ward
- St Peter and the Waterfront
- Westminster Constituency
- Plymouth Sutton and Devonport
Further Information
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-h6vhtk-0322ca-2023-05-04T13:22:56+01:00",
"date": "2023-05-04T13:22:56+01:00",
"ocid": "ocds-h6vhtk-0322ca",
"initiationType": "tender",
"tender": {
"id": "DN590176",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Torpoint Ferry Refits 2023-2025",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50241200",
"description": "Ferry repair services"
},
"mainProcurementCategory": "services",
"description": "The Torpoint Ferry Service is the largest chain ferry operation in the world, carrying 2.4 million vehicles and 800 thousand foot passengers a year. It operates three chain ferries linking Plymouth with South East Cornwall, each vessel has a length of 48 metres and breadth of 20 metres and can carry up to 73 cars and 140 foot passengers. Every five years each of the three Torpoint ferries requires a mandatory dry docking to allow a survey of the underwater hull to ensure the material state is sufficient to safely last a further five years, to enable classification society and Marine Coastguard Agency surveys together with essential maintenance and modifications. Cornwall Council is leading this procurement to procure ferry refits on behalf of its Joint Authority owners in accordance with the Public Contract Regulations 2015 and the Open Tender procedure, with the intention to let a framework contract covering three refits taking place in April 2023, April 2024 and April 2025. The contracted work package for each refit to include the tow from Torpoint to the refitting shipyard and the return and the refits cycle time should be no greater than 30 calendar days from removal of each Ferry from its chains to reinstatement and full return to service. The objective is to provide a period in dry dock for essential dock dependent ferry maintenance and modifications together with inspections of other key equipment and systems by Lloyds Register, a third party quality assurance organisation. This statutory requirement and satisfactory completion is required before the issue of a Chain Ferry Certificate by the regulatory authority, the Maritime and Coastguard Agency. The aim at the completion of a refit is to provide a ferry that is of a sufficient material state to allow issue of a Chain Ferry Certificate and give five years high availability operational service without significant breakdown or other major maintenance requirements in line with the specification. Tamar Bridge and Torpoint Ferry Joint Committee (TB&TF) will provide the technical supervisory role at the refit location. There will be a requirement to integrate TB&TF staff maintenance activity, within the overarching refit project management plan. TB&TF will assist with provision of certain spare parts and also will advise on particular specialist sub- contractors that may be required to undertake specific tasks.",
"lots": [
{
"id": "1",
"description": "The Torpoint Ferry Service is the largest chain ferry operation in the world, carrying 2.4 million vehicles and 800 thousand foot passengers a year. It operates three chain ferries linking Plymouth with South East Cornwall, each vessel has a length of 48 metres and breadth of 20 metres and can carry up to 73 cars and 140 foot passengers. Every five years each of the three Torpoint ferries requires a mandatory dry docking to allow a survey of the underwater hull to ensure the material state is sufficient to safely last a further five years, to enable classification society and Marine Coastguard Agency surveys together with essential maintenance and modifications. Cornwall Council is leading this procurement to procure ferry refits on behalf of its Joint Authority owners in accordance with the Public Contract Regulations 2015 and the Open Tender procedure, with the intention to let a framework contract covering three refits taking place in April 2023, April 2024 and April 2025. The contracted work package for each refit to include the tow from Torpoint to the refitting shipyard and the return and the refits cycle time should be no greater than 30 calendar days from removal of each Ferry from its chains to reinstatement and full return to service. The objective is to provide a period in dry dock for essential dock dependent ferry maintenance and modifications together with inspections of other key equipment and systems by Lloyds Register, a third party quality assurance organisation. This statutory requirement and satisfactory completion is required before the issue of a Chain Ferry Certificate by the regulatory authority, the Maritime and Coastguard Agency. The aim at the completion of a refit is to provide a ferry that is of a sufficient material state to allow issue of a Chain Ferry Certificate and give five years high availability operational service without significant breakdown or other major maintenance requirements in line with the specification. Tamar Bridge and Torpoint Ferry Joint Committee (TB&TF) will provide the technical supervisory role at the refit location. There will be a requirement to integrate TB&TF staff maintenance activity, within the overarching refit project management plan. TB&TF will assist with provision of certain spare parts and also will advise on particular specialist sub- contractors that may be required to undertake specific tasks.",
"contractPeriod": {
"startDate": "2022-10-31T00:00:00Z",
"endDate": "2025-04-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Future refits to be scheduled as necessary to comply with Lloyds register 5 yearly docking survey requirements."
},
"submissionTerms": {
"variantPolicy": "notAllowed",
"electronicCataloguePolicy": "required"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical/Quality",
"type": "quality",
"description": "42"
},
{
"name": "Social Value",
"type": "quality",
"description": "15"
},
{
"type": "price",
"description": "43"
}
]
}
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKK3"
},
{
"region": "UKK41"
},
{
"region": "UKK3"
},
{
"region": "UKK41"
}
],
"deliveryLocation": {
"description": "Torpoint Ferry Terminal for removal of Ferry off chains and towed to Contractors Refitting location."
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com/Advert/Index?advertId=7da5f8cd-a773-ec11-8110-005056b64545",
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-05-26T15:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2022-05-26T15:00:00+01:00"
},
"bidOpening": {
"date": "2022-05-26T15:00:00+01:00"
},
"hasRecurrence": true,
"recurrence": {
"description": "Estimated timing for further notices to be published: On a similar five yearly cycle"
},
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_PROC_OPEN",
"description": "No tenders or no suitable tenders/requests to participate in response to open procedure"
}
],
"procurementMethodRationale": "Awarded by way of direct award through use of negotiated procedure without prior publication, in accordance with Regulation 32(2)(a) of the Public Contracts Regulations (2015), when no compliant bids were received following the original open tender process"
},
"parties": [
{
"id": "GB-FTS-215",
"name": "Cornwall Council",
"identifier": {
"legalName": "Cornwall Council"
},
"address": {
"streetAddress": "County Hall, Treyew Road",
"locality": "Truro",
"region": "UKK3",
"postalCode": "TR1 3AY",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "james.howarth@cornwall.gov.uk",
"url": "https://procontract.due-north.com/Advert/Index?advertId=7da5f8cd-a773-ec11-8110-005056b64545"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.cornwall.gov.uk",
"buyerProfile": "http://www.cornwall.gov.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-4175",
"name": "Plymouth City Council",
"identifier": {
"legalName": "Plymouth City Council"
},
"address": {
"streetAddress": "Ballard House, West Hoe Road",
"locality": "Plymouth",
"region": "UKK41",
"postalCode": "PL1 3BJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Paul.Williams@Plymouth.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://plymouth.gov.uk"
}
},
{
"id": "GB-FTS-217",
"name": "Cornwall Council",
"identifier": {
"legalName": "Cornwall Council"
},
"address": {
"locality": "Truro",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-6478",
"name": "Plymouth City Council",
"identifier": {
"legalName": "Plymouth City Council"
},
"address": {
"locality": "Plymouth",
"region": "UKK41",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "james.howarth@cornwall.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://plymouth.gov.uk"
}
},
{
"id": "GB-FTS-81939",
"name": "A & P Falmouth Limited",
"identifier": {
"legalName": "A & P Falmouth Limited"
},
"address": {
"locality": "Falmouth",
"region": "UKK3",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-215",
"name": "Cornwall Council"
},
"language": "en",
"awards": [
{
"id": "012797-2023-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-81939",
"name": "A & P Falmouth Limited"
}
]
}
],
"contracts": [
{
"id": "012797-2023-1",
"awardID": "012797-2023-1",
"status": "active",
"value": {
"amount": 3078717,
"currency": "GBP"
},
"dateSigned": "2023-04-06T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 1
}
]
}
}