Contract notice - utilities

Information

Published

Expire date: 26/09/2022

External Reference: 2022-570454

FTS Reference: 2022-023795

Contract notice - utilities

Contract notice – utilities

Services

Section I: Contracting entity

I.1)

Name and addresses

Peel Ports Investments Limited
5433920
Maritime Centre
Liverpool
L21 1LA
UK
Contact person: Linda Robinson
Telephone: +44 123456789
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=52093&B=PEELPORTS
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.6)

Main activity

Port-related activities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Bollard Testing
Reference number:  PPIL/F0098/PRO92
II.1.2)

Main CPV code

50246000  -  Harbour equipment maintenance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Traditionally each port has utilised differing contractual arrangements for the testing of bollards and has adopted different methodologies to testing. The most common methods of testing used are load testing and non-destructive testing.
The aim of this procurement is to standardise bollard testing across all UK Ports within the group therefore the purpose of this opportunity is to award an agreement to a maximum of two suppliers to conduct load testing and non-destructive testing services across the Peel Ports Group.
II.1.5)

Estimated total value

Value excluding VAT: 3264000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1 - Provision of Load Bollard Testing
Lot No:  1
II.2.2)

Additional CPV code(s)

71630000  -  Technical inspection and testing services
50246000  -  Harbour equipment maintenance services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Peel Ports requires the Provision of Load Bollard Testing Services (as detailed in the Scope & Specification document).
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 816000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4
Objective criteria for choosing the limited number of candidates:
With reference to Lot 1 – Load Bollard Testing, the four highest ranked submissions
that meet the Minimum Criteria (in accordance with the evaluation criteria) shall progress to ITN. Any Applicant that does not meet the Minimum Criteria shall be excluded and shall not progress further in the process.
In the event of a draw for 4th place under Lot 1 all Applicants tied shall progress to ITN.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Framework shall be let for an initial fixed term of 3 years with options to extend up to 8
years in 1 year increments.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 2 - Provision of Non Destructive Bollard Testing
Lot No:  2
II.2.2)

Additional CPV code(s)

71630000  -  Technical inspection and testing services
71632200  -  Non-destructive testing services
50246000  -  Harbour equipment maintenance services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Peel Ports requires the Provision of Non-Destructive Bollard Testing Services (as detailed in the Scope & Specification document).
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 2448000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4
Objective criteria for choosing the limited number of candidates:
With reference to Lot 2 – Non-Destructive Bollard Testing, the four highest ranked submissions that meet the Minimum Criteria (in accordance with the evaluation criteria) shall progress to ITN. Any Applicant that does not meet the Minimum Criteria shall be excluded and shall not progress further in the process.
In the event of a draw for 4th place under Lot 2 all Applicants tied shall progress to ITN.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Framework shall be let for an initial fixed term of 3 years with options to extend up to 8
years in 1 year increments.
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 III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with a single operator
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 FTS: 2021/S 000-031748
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  26/09/2022
Local time:  14:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
7 Rolls Buildings, Fetter Lane
London
EC4A 1NL
UK