News

United Kingdom-London: Rotherhithe to Canary Wharf Ferry Crossing scheme

Type of document: Pre-information procedures
Country: United Kingdom
OJEU Ref: (2019/S 216-530177/EN)
Nature of contract: Service contract
Procedure: Not applicable
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Not applicable

Prior information notice without call for competition
Services

This notice is for prior information only
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 Bill Egan
Telephone: +44 7949914589
Email: v_billegan@tfl.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:

Additional information can be obtained from:
the above mentioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement:
II.1.1) Title: Rotherhithe to Canary Wharf Ferry Crossing scheme

Reference number: DN445650
II.1.2) Main CPV code: 60600000
II.1.3) Type of contract: Services
II.1.4) Short Description:
Transport for London (TfL) is considering the procurement of services and works to support provision of a new cross-river ferry service for cyclists and pedestrians between Rotherhithe and Canary Wharf on the River Thames. This could cover:
— operation of the service in whole or part (piers, vessels and supporting infrastructure), which could be considered either in combination with the design, construction and maintenance activities set out below or separately,
— design, construction and maintenance of new passenger ferries with supporting infrastructure, and/or
— design, construction and maintenance of new, or modifications to existing, piers and supporting infrastructure,
— design, construction and maintenance of new or modified highways/traffic systems/urban realm to improve/provide access between the Thames Path and the local highway network.
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description:
II.2.2)Additional CPV code(s)
Main CPV code: 34512000
Main CPV code: 34953000
Main CPV code: 34955000
Main CPV code: 45112700
Main CPV code: 45213340
Main CPV code: 45213341
Main CPV code: 45233000
Main CPV code: 45241300
Main CPV code: 45241400
Main CPV code: 45241500
Main CPV code: 45244000
Main CPV code: 50240000
Main CPV code: 60610000
Main CPV code: 63720000
Main CPV code: 71400000
Main CPV code: 71500000

II.2.3) Place of performance
Nuts code: UKI
II.2.4) Description of the procurement
TfL is considering its procurement strategy encompassing the delivery approach for the ferry service and associated infrastructure and its operation and maintenance. To ensure the best value strategy is adopted TfL is seeking market feedback on:
— packaging options, for example:
—— packaging of requirements by project stage — for example different aspects of design, construction, commissioning, maintenance and operational activities; and
—— packaging of requirements by scope areas — for example enabling works, marine works, piers, vessels, highway works, etc.;
—— sequencing of packaging,
— allocation of different responsibilities and risks between the employer, contractor and subcontractor within respective packages, for example:
—— performance management (for design, construction, maintenance and operation); and
—— warranties, defect liabilities, etc.;
—— asset condition and maintenance;
—— asset ownership, handover and handback;
—— any operators’ requirements for the piers (and associated civils) taking into account service and vessel proposals;
—— quality assurance, testing and commissioning;
—— insurances;
—— employment of staff;
—— design liabilities;
—— vessel classification/certification/licences;
—— obtaining necessary consents;
—— securing permanent and temporary land and access arrangements;
—— site conditions such as ground conditions, asset protection, utilities, etc.;
—— costs;
—— financing;
—— programme;
—— interface/integration management for different requirements, e.g. vessels and piers,
— potential timescales,
— level of scheme development and site information necessary to support procurement of respective packages.
To date, no strategy decisions have been made and all approaches will therefore be considered. As such, the number of contracts to be let are undefined and will depend upon the packaging strategy.
TfL is inviting Expressions of Interest (EoI) from interested parties with capability for one or more of the requirements and will follow up with a Market Sounding Questionnaire (MSQ). The responses of the MSQs will assist TfL in understanding the current supply market considerations around capacity, capability, delivery and operating models. Information provided will be used to inform TfL in its continued development of delivery and procurement strategies for any future contracts. TfL at its sole discretion may enter into further discussions with respondents.
TfL may also hold an industry day relating to these contracts in the future and, should this be confirmed, further details will be provided to all parties who express an interest via TfL’s ProContract procurement portal
TfL will manage the process in an open and transparent manner, therefore participation or non-participation in this early market engagement process will not disadvantage or affect any supplier’s ability to participate in any future procurement process that may be initiated.
Suppliers wishing to participate in this early market engagement process are invited to register their interest via ProContract by 12.00 noon on 20.11.2019. In registering their interest, suppliers should confirm their full company name, the company registration number and provide a single point of contact.
This PIN does not formally signify the beginning of a procurement process and does not constitute commitment to undertake a procurement exercise until any contract notice is issued.
II.2.5) Award criteria

II.3) Estimated date of publication of contract notice:2020-05-01
Section IV: Procedure
IV.1) Description
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information

Section VI: Complementary information
VI.2) Information about electronic workflows
VI.5) Date of dispatch of this notice:2019-11-05

 

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 – 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