[FtsS09F05ContractUtilities]

[Information]

[Published]

[ExpireDate]: 26.09.2022

[ExternalReference]: 2022-570454

[FtsReference]: 2022-023795

[FtsS09F05ContractUtilities]

[NoticeContractUtilities]

[Services]

[Section1]: [Ce]

I.1)

[NameAddressContact]

Peel Ports Investments Limited
5433920
Maritime Centre
Liverpool
L21 1LA
UK
[Contactpoint]: Linda Robinson
[AddressPhone]: +44 123456789
[Nutscode]:  UK -  UNITED KINGDOM
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=52093&B=PEELPORTS
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.6)

[Mainactivity]

[MainactivPort]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Bollard Testing
[Fileref]:  PPIL/F0098/PRO92
II.1.2)

[CpvMain]

50246000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

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)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 3264000.00  GBP
II.1.6)

[LotsInfo]

[DivisionLots]: [Yes]
[LotsSubmittedFor]  [LotsAll]
II.2)

[Description]

II.2.1)

[TitleContract]

Lot 1 - Provision of Load Bollard Testing
[LotNumber]:  1
II.2.2)

[CpvAdditional]

71630000  - 
50246000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  UK -  UNITED KINGDOM
II.2.4)

[DescrProcurement]

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

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 816000.00  GBP
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 96
[RenewalsSubject]: [No]
II.2.9)

[LimitOperators]

[EnvisagedNumber]: 4
[CriteriaChoosingLimited]:
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)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [Yes]
[OptionsDescr]:
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)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2)

[Description]

II.2.1)

[TitleContract]

Lot 2 - Provision of Non Destructive Bollard Testing
[LotNumber]:  2
II.2.2)

[CpvAdditional]

71630000  - 
71632200  - 
50246000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  UK -  UNITED KINGDOM
II.2.4)

[DescrProcurement]

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

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 2448000.00  GBP
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 96
[RenewalsSubject]: [No]
II.2.9)

[LimitOperators]

[EnvisagedNumber]: 4
[CriteriaChoosingLimited]:
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)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [Yes]
[OptionsDescr]:
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)

[EuProgrInfo]

[EuProgrRelated]: [No]

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.2)

[ConditionsContract]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeNegotWCall]
IV.1.3)

[FrameworkContractDpsInfo]

[FrameworkSingle]
IV.1.8)

[GpaInfo]

[GpaCovered] : [No]
IV.2)

[InfoAdmin]

IV.2.1)

[PubPrevious]

[NumberOj]: 2021/S 000-031748
IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  26/09/2022
[Time]:  14:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.2)

[InfoEworkflow]

[EorderingUsed]
[EinvoicingUsed]
[EpaymentUsed]
VI.4)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

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