Notice Information
Notice Title
Woolwich Ferry - Docking, Class Renewal, Maintenance and Repair 2023
Notice Description
Transport for London (TfL) operates he Woolwich Ferry (WF) service which was transferred to TfL in 2000. In January 2021, the operation was taken in-house by TfL, having been run through outsourced marine operators until the end of 2020. The Woolwich Ferry has two vessels that operate a vehicle and passenger service between two terminals on either side of the river Thames. The vessels were built by Remontowa and were brought into service in 2018. Each vessel is 60m in length and 19m width. Every 5 years, vessels have to undergo dry docking which is necessary to maintain vessel classification and to ensure a safe, operable and reliable service. The drydocking contract opportunity includes inspections and maintenance of the ferries and this is the first occurrence for TfL's two vessels, and the first such contract undertaken by TfL. Both vessels need this activity to occur before October 2023. This contract includes the following elements of the Woolwich Ferry Resilience and Renewals Programme. * Drydocking, berthing and associated utilities * Class Renewal * Running Repairs including optional scope items. * Detailed design and provision of works/service for a number of alterations / upgrades * Completion of alterations / upgrades dependent upon further inspections and approvals * Supply of spares and other goods in order to maintaining the ferries' vessel classification and to ensure a safe, operable and reliable service. * Ancillary works, services, associated labour, management, and planning of the above activities. Due to operational constraints, the dry docks must be located within 400 nautical miles from the Woolwich Ferry. A PCR 2015 compliant Open procurement process has been conducted to appoint a single supplier to carry out the services using BIMCO Repaircon terms and conditions.
Lot Information
Lot 1
This was a competitive procurement for the award of a contract for the Woolwich Ferry - Docking, Class Renewal, Maintenance and Repair 2023. The procurement was conducted pursuant to the Public Contracts Regulations 2015 ("PCR 2015"). The contract provides for a fixed fee element as well as a set of tariff rates that the contractor will use to carry out detailed design (where required) and pricing for an element of running repairs and modifications required on the vessels. TfL have awarded the contract to a single contractor to undertake all the works required as detailed in the tender documents.
Options: The contract may be extended for 12 months
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03b2db
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/019717-2023
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
50 - Repair and maintenance services
51 - Installation services (except software)
-
- CPV Codes
34512100 - Ferry boats
34930000 - Marine equipment
50240000 - Repair, maintenance and associated services related to marine and other equipment
50241200 - Ferry repair services
50246100 - Dry-docking services
51145000 - Installation services of marine engines
Notice Value(s)
- Tender Value
- £2,500,000 £1M-£10M
- Lots Value
- £2,500,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £1,543,000 £1M-£10M
Notice Dates
- Publication Date
- 11 Jul 20232 years ago
- Submission Deadline
- 19 Apr 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 6 Jun 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSPORT FOR LONDON
- Contact Name
- Andrew Taylor
- Contact Email
- v_andrewtaylor@tfl.gov.uk
- Contact Phone
- +44 7821812478
Buyer Location
- Locality
- LONDON
- Postcode
- E20 1JN
- Post Town
- East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI41 Hackney and Newham
- Delivery Location
- TLI London
-
- Local Authority
- Newham
- Electoral Ward
- Stratford Olympic Park
- Westminster Constituency
- Stratford and Bow
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-03b2db-2023-07-11T10:00:30+01:00",
"date": "2023-07-11T10:00:30+01:00",
"ocid": "ocds-h6vhtk-03b2db",
"description": "TfL is conducting this procurement pursuant to the PCR 2015. TfL is conducting this procurement process to identify a Contractor for the Woolwich Ferry - Docking, Class Renewal, Maintenance and Repair 2023 in line with the processes and stages set out in the ITT. It is therefore important that Tenderers raise any queries regarding the ITT and accompanying volumes, including the Scope of Worksand the contract, with TfL as soon as practicable and in accordance with the proposed timetable for clarification questions set out in the instructions. Tenderers are required to respond to all sections of the Capability Assessment and the ITT and must submit in accordance with the instructions within the ITT. Variants will not be accepted. Tenders must remain capable of acceptance in accordance with the ITT for a period of 6 months from the date stated in the ITT. Each response must be submitted electronically via the e-Tendering portal Information about authorised persons and opening procedure: Tender Submissions will be checked initially for compliance with the ITT and for completeness. Clarification may be sought from Tenderers. TfL reserves the right to reject any Tenders that are not, upon receipt, compliant with, and in the format specified in the ITT. It is recommended that the Tenderer undertakes its own checks for content and compliance before submitting the Tender. TfL reserves the right without notice to change the procurement process detailed in the ITT or to amend the information provided, including, but not limited to, changing the timetable, the scope and nature of the procurement and the procurement process. This will be subject to the normal rules of public law and transparency. Moreover, TfL reserves the right to provide further information or to supplement and / or to amend the procurement process for the ITT. Tenderers enter this procurement process at their own risk. TfL shall not accept liability nor reimburse a tenderer for any costs or losses it incurs in relation to its participation in the procurement process, regardless of whether or not TfL has made changes to the procurement process. TfL also reserves the right, at any point and without notice, to discontinue the procurement process without awarding a contract, whether such discontinuance is related to the content of tenders or otherwise. The Contracting Authority strongly encourages those interested in tendering to undertake their activities in line with Responsible Procurement principles. Further information on TfL's Responsible Procurement policies can be found on the following website: https://tfl.gov.uk/corporate/publications-and-reports/procurement-information. The UK government has announced its commitment to greater data transparency. Accordingly, TfL reserves the right to publishing its tender documents, contracts and data from invoices received. In doing so, TfL may at its absolute discretion take account of the exemptions that would be available under the Freedom of Information Act 2000 and Environmental Information Regulations 2004. To request access to the procurement documents, please contact the person named in section I.1. Further information on TfL may be found at www.tfl.gov.uk.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-03b2db",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Woolwich Ferry - Docking, Class Renewal, Maintenance and Repair 2023",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50240000",
"description": "Repair, maintenance and associated services related to marine and other equipment"
},
"mainProcurementCategory": "services",
"description": "Transport for London (TfL) operates he Woolwich Ferry (WF) service which was transferred to TfL in 2000. In January 2021, the operation was taken in-house by TfL, having been run through outsourced marine operators until the end of 2020. The Woolwich Ferry has two vessels that operate a vehicle and passenger service between two terminals on either side of the river Thames. The vessels were built by Remontowa and were brought into service in 2018. Each vessel is 60m in length and 19m width. Every 5 years, vessels have to undergo dry docking which is necessary to maintain vessel classification and to ensure a safe, operable and reliable service. The drydocking contract opportunity includes inspections and maintenance of the ferries and this is the first occurrence for TfL's two vessels, and the first such contract undertaken by TfL. Both vessels need this activity to occur before October 2023. This contract includes the following elements of the Woolwich Ferry Resilience and Renewals Programme. * Drydocking, berthing and associated utilities * Class Renewal * Running Repairs including optional scope items. * Detailed design and provision of works/service for a number of alterations / upgrades * Completion of alterations / upgrades dependent upon further inspections and approvals * Supply of spares and other goods in order to maintaining the ferries' vessel classification and to ensure a safe, operable and reliable service. * Ancillary works, services, associated labour, management, and planning of the above activities. Due to operational constraints, the dry docks must be located within 400 nautical miles from the Woolwich Ferry. A PCR 2015 compliant Open procurement process has been conducted to appoint a single supplier to carry out the services using BIMCO Repaircon terms and conditions.",
"value": {
"amount": 2500000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "This was a competitive procurement for the award of a contract for the Woolwich Ferry - Docking, Class Renewal, Maintenance and Repair 2023. The procurement was conducted pursuant to the Public Contracts Regulations 2015 (\"PCR 2015\"). The contract provides for a fixed fee element as well as a set of tariff rates that the contractor will use to carry out detailed design (where required) and pricing for an element of running repairs and modifications required on the vessels. TfL have awarded the contract to a single contractor to undertake all the works required as detailed in the tender documents.",
"awardCriteria": {
"criteria": [
{
"name": "Fixed Price",
"type": "cost",
"description": "20%"
},
{
"name": "Schedule of Rates",
"type": "cost",
"description": "10%"
},
{
"name": "Margins",
"type": "cost",
"description": "10%"
}
]
},
"value": {
"amount": 2500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The contract may be extended for 12 months"
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34512100",
"description": "Ferry boats"
},
{
"scheme": "CPV",
"id": "34930000",
"description": "Marine equipment"
},
{
"scheme": "CPV",
"id": "50241200",
"description": "Ferry repair services"
},
{
"scheme": "CPV",
"id": "50246100",
"description": "Dry-docking services"
},
{
"scheme": "CPV",
"id": "51145000",
"description": "Installation services of marine engines"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UKI"
}
],
"deliveryLocation": {
"description": "Due to operational constraints, the dry docks must be located within 400 nautical miles from the Woolwich Ferry."
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://TfL.sourcing-eu.ariba.com",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Full details of the requirements can be found in the procurement documents accessible via TfL's eTendering portal. Award criteria are as stated in the procurement documents. Applicants should note that they may be required to supply audited accounts",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "Please see the form of contract included with the procurement documents."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"tenderPeriod": {
"endDate": "2023-04-19T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2023-04-19T13:00:00+01:00"
},
"bidOpening": {
"date": "2023-04-19T13:00:00+01:00"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-14777",
"name": "Transport for London",
"identifier": {
"legalName": "Transport for London",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "5 ENDEAVOUR SQUARE",
"locality": "LONDON",
"region": "UKI41",
"postalCode": "E201JN",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Andrew Taylor",
"email": "V_AndrewTaylor@tfl.gov.uk",
"url": "http://TfL.sourcing-eu.ariba.com",
"telephone": "+44 7821812478"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.tfl.gov.uk",
"buyerProfile": "http://TfL.sourcing-eu.ariba.com",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"description": "Transport"
}
]
}
},
{
"id": "GB-FTS-46142",
"name": "High Court, Royal Courts of Justice",
"identifier": {
"legalName": "High Court, Royal Courts of Justice"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-COH-07585952",
"name": "UK Docks Marine Services North Limited",
"identifier": {
"legalName": "UK Docks Marine Services North Limited",
"id": "07585952",
"scheme": "GB-COH"
},
"address": {
"locality": "Tyne and Wear",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-14777",
"name": "Transport for London"
},
"language": "en",
"awards": [
{
"id": "019717-2023-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-07585952",
"name": "UK Docks Marine Services North Limited"
}
]
}
],
"contracts": [
{
"id": "019717-2023-1",
"awardID": "019717-2023-1",
"status": "active",
"value": {
"amount": 1543000,
"currency": "GBP"
},
"dateSigned": "2023-06-07T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
}
]
}
}