By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Tamar Bridge - Phase 1 Recoating Scheme

Prior information notice

Works

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Cornwall Council and Plymouth City Council
Tamar Bridge Office, Pemros Road, St Budeaux
For the attention of: Richard Cole
PL5 1LP Plymouth
UNITED KINGDOM
Telephone: +44 1752361577
E-mail:
Fax: +44 1752360528

Internet address(es):

General address of the contracting authority: http://www.cornwall.gov.uk

Further information can be obtained from: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II.A: Object of the contract (Works)

II.1)Title attributed to the contract by the contracting authority:
Tamar Bridge - Phase 1 Recoating Scheme
II.2)Type of contract and location of works
Main site or location of works: Tamar Bridge, Plymouth, Devon.
UKK41
II.3)Information on framework agreement
II.4)Short description of nature and scope of works
The Tamar Bridge (opened in 1961) forms a vital link across the Tamar estuary between the town of Saltash in Cornwall and the city of Plymouth in Devon and is part of the A38 trunk road network. The crossing is jointly owned by Cornwall Council and Plymouth City Council (the Joint Councils) and operated on behalf of the two authorities by the Tamar Bridge and Torpoint Ferry Joint Committee (TBTF). Funding for the facility is principally provided through a toll charged in the eastbound direction (Saltash to Plymouth), 24 hours a day, 365 days a year. Approximately 16 million vehicles cross the facility annually. In 1999 the bridge underwent a major strengthening and widening project which provided an additional traffic lane (north cantilever), a dedicated pedestrian/cycle path (south cantilever), elimination of a dangerous road junction, improved public transport priority and safer access for toll collectors and maintenance staff. The main deck carries three traffic lanes, which are operated in a tidal fashion to match the dominant traffic demand.
The bridge is a conventional suspension bridge with symmetrical geometry, having a main span of 335 metres and side spans of 114 metres, and with anchorage and approach spans the overall length is 642 metres. The towers are constructed from reinforced concrete, and have a height of 73 metres with the deck suspended at half this height. The towers sit on caisson foundations founded on rock.
The main suspension cables are 350 mm in diameter and each consists of 31 locked coil wire ropes, with vertical locked coil hangers at 9.1 metre centres. The main cables are splayed at the anchorages and anchored some 17 metres into rock.
The suspended structure comprises a stiffening truss that is 5.5 metres deep and composed of welded box sections, and a lightweight steel orthotropic deck composed of 13mm deck plate stiffened by "U” shaped troughs 6mm thick and 230mm deep, spaced at approximately 600 mm centres.
TBTF operate a robust inspection and maintenance regime in line with current standards which meet the requirements set out in the Department for Transport Design Manual for Road and Bridges (DMRB), Volume 3 and relevant sections contained therein.
Following extensive investigations and the development of an appropriate recoating strategy the Joint Councils wish to appoint a specialist contractor to recoat the bridge structure in accordance with the preferred strategy. The intention is to let a two year contract commencing in Spring 2014, with an option to extend by up to a further two years (one plus one).
Further information on the Tamar Bridge service is available at www.tamarcrossings.org.uk
Estimated value excluding VAT:
Range: between 3 500 000 and 4 500 000 GBP

Lots

This contract is divided into lots: no
II.5)Common procurement vocabulary (CPV)

45442120, 45442000, 45442100, 45442110, 45442121, 45442180, 45442190, 45442200, 45442300, 45262100, 45262120

II.6)Scheduled date for start of award procedures and duration of the contract
Scheduled date for start of award procedures: 1.4.2014
II.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.8)Additional information:

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
These conditions will be provided in the Invitation to Tender documents.
III.2)Conditions for participation
III.2.1)Information about reserved contracts

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
VI.3)Information on general regulatory framework
VI.4)Date of dispatch of this notice:
29.8.2013