News

United Kingdom-London: Marine engineering support for the Rotherhithe to Canary Wharf Crossing

Type of document: Contract Awards
Country: United Kingdom
OJEU Ref: (2018/S 122-277572/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Not applicable

Contract award notice
Services
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Transport for London
Postal address: Palestra, 197 Blackfriars Road
Town: London
Postal code: SE1 8NJ
Country: United Kingdom
Contact Person: Mr Carl Osborne
Telephone: +44 2030541496
Email: CARLOSBORNE@TFL.GOV.UK
Internet address(es):
Main address:
Address of the buyer profile:

I.4) Type of the contracting authority
Other type: Transport for London
I.5) Main activity
Other activity: Transport

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Marine engineering support for the Rotherhithe to Canary Wharf Crossing

Reference number: DN315286
II.1.2) Main CPV code: 71312000
II.1.3) Type of contract Services
II.1.4) Short Description: The consultant will be providing marine engineering support to the Rotherhithe to Canary Wharf Crossing project. The consultant will be required to support stakeholder negotiations, the establishment of a marine model, production of navigational risk assessments and provision of an expert witness if required to support the transport and works act order application.
II.1.6) Information about lots:
The contract is divided into lots: no
II.1.7) Total value of the procurement(excluding VAT)
Value:155660
Currency:GBP
II.2) Description
II.2.2)Additional CPV code(s)
Main CPV code: 71311300

II.2.3) Place of performance
Nuts code: UKI
II.2.4) Description of the procurement
Competitive tender to employ a consultant who can support TfL in carrying out and completing stakeholder negotiation, marine modeling, navigational risk assessments and an expert witness role.

II.2.5)Award criteria
Quality criterion тАУ Name: 1a. Describe your proposed understanding, approach and methodology in delivering the requirements detailed in Volume 2, the scope, Section 3.1, Requirement 1/Weighting:6Quality criterion тАУ Name: 1b. Describe your proposed understanding, approach and methodology in delivering the requirements detailed in Volume 2, the scope, Section 3.1, Requirement 2/Weighting:9Quality criterion тАУ Name: 1c. Describe your proposed understanding, approach and methodology in delivering the requirements detailed in Volume 2, the scope, Section 3.1, Requirement 3/Weighting:9Quality criterion тАУ Name: 1d. Describe your proposed understanding, approach and methodology in delivering the requirements detailed in Volume 2, the scope, Section 3.1, Requirement 4/Weighting:6Quality criterion тАУ Name: 2a. Detail what potential obstacles and challenges may occur with the numerous stakeholder interfaces (including Port of London Authority issues), their likelihood and how they would be managed/Weighting:12Quality criterion тАУ Name: 3a. Provide CVs (up to a maximum of 5) for the team, including the expert witness who will be dedicated to the project including their resource grade (e.g. senior consultant)/Weighting:12Quality criterion тАУ Name: 3b. Provide a team structure (with brief synopsis) including positions and resource grades. Outline key personnel and staff roles, accountabilities, responsibilities and points of liaison/Weighting:3Quality criterion тАУ Name: 3c. Provide details for continuity of outputs and robust succession planning in the event of staffing changes/Weighting:3
Price тАУ Weighting:40
II.2.11) Information about options
Options no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2018/S 031-067745
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Section V: Award of contract
Contract No: 4600006593
A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2018-06-11
V.2.2) Information about tenders
Number of tenders received:4
Number of tenders received from SMEs:3
Number of tenders received from other EU Member States:0
Number of tenders received from non-EU Member States:0
Number of tenders received by electronic means:4
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
Official name: Marine and Risk Consultants Ltd
National registration number: 3767859
Postal address: Marico House, Bramshaw
Town: Lyndhurst
Postal code: SO43 7JB
Country: United Kingdom
Nuts code:
The contractor is an SME yes

V.2.4) Information on value of the contract/lot(excluding VAT)
Total value of the contract/lot:155660
Currency:GBP
Contract No: 4600006593
A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2018-06-11
V.2.2) Information about tenders
Number of tenders received:4
Number of tenders received from SMEs:3
Number of tenders received from other EU Member States:0
Number of tenders received from non-EU Member States:0
Number of tenders received by electronic means:4
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
Official name: Marine and Risk Consultants Ltd
National registration number: 3767859
Postal address: Marico House, Bramshaw
Town: Lyndhurst, Hampshire
Postal code: SO43 7JB
Country: United Kingdom
Nuts code:
The contractor is an SME yes

V.2.4) Information on value of the contract/lot(excluding VAT)
Total value of the contract/lot:155660
Currency:GBP

Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Official name: Transport for London
Postal address: 197 Blackfriars Road
Town: London
Postal code: SE1 8NJ
Country: United Kingdom
Telephone: +44 2030541496
E-mail: carlosborne@tfl.gov.uk

VI.5) Date of dispatch of this notice:
2018-06-25

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy