Section one: Contracting authority
one.1) Name and addresses
PORTSMOUTH CITY COUNCIL
City Council
Portsmouth
PO1 2AL
Contact
Procurement Service
procurement@portsmouthcc.gov.uk
Telephone
+44 2392688235
Country
United Kingdom
NUTS code
UKJ31 - Portsmouth
Internet address(es)
Main address
https://www.portsmouth.gov.uk/ext/business/business.aspx
Buyer's address
https://www.portsmouth.gov.uk/ext/business/business.aspx
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/portsmouthcc/aspx/home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/portsmouthcc/aspx/home
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://in-tendhost.co.uk/portsmouthcc/aspx/home
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Towage Services - Portsmouth International Port
two.1.2) Main CPV code
- 63727000 - Towing and pushing services of ships
two.1.3) Type of contract
Services
two.1.4) Short description
Portsmouth City Council ('the council') is inviting tenders from suitably qualified and experienced operators for the provision of a towage service, so as to provide a reliable, cost effective, quality service to its customers. The successful operator is to base, as a minimum, 2 in number 40 ton bollard pull tugs within Portsmouth International Port at all times.
The Council is targeting to have awarded the contract on 8th July to allow for mobilisation and contract commencement on 12th October 2022.
Tenderers have the opportunity to bid on the basis of one compulsory Lot (Lot 1) and one further optional Lot (Lot 2). The Council will decide on which lot offers better value and best addresses operational requirements following evaluation of tender submissions and award to highest scoring tender for the Lot option selected.
• Lot 1 is for an initial contract term of five years with the possibility of extending the term by a further five years to a maximum total term of ten years.
• Lot 2 for an initial contract term of seven years with the possibility of extending the terms by a further three years to a maximum total terms of ten years
For both lots extensions will be in increments to be agreed, subject to the agreement and performance of both parties.
The contract value that the successful supplier may be able to generate from delivery of the service is forecast to be between approximately £800,000 to £2million per annum dependent on trade requirements and tariffs set.
The successful provider will invoice customers directly. Historic vessel call levels (exclusive of fuel barges etc) have been included as an appendix to the specification for this service provision. The council, whilst able to provide reasonable forecasts cannot guarantee levels of usage by vessels requiring towage.
As an open port Portsmouth International Port cannot oblige its customers to use the services of the supplier but will promote and endorse use of the supplier subject to honouring service levels, terms, financial arrangements and charges.
The Council are prepared to underwrite a minimum turnover figure for this contract if required, the value for which will form part of the cost evaluation. The Council will only underwrite where evidence is provided of making reasonable endeavours to mitigate loses and provision of local operating account, on a fully open book basis in accordance with the specification and contract terms.
The procurement process run to establish the contract will be in accordance with the Open Procedure as set out within the Public Contracts Regulations (2015).
The procurement procedure will be run in accordance with the following summary programme:
Closing date for clarifications - 15th February 2022
Tender submission returned - 4 March 2022
Evaluation period - March to early June 2022 (to include interviews if required)
Standstill period - from 27 June 2022 to 7 July 20922
Award contract - 8 July 2022
Mobilisation period - 9 July 2022 to 11 October 2022
Contract start date - 12 October 2022
Application is via submission of completed tender by 4th March 2022 12:00 via the Council's e-sourcing system InTend which is accessible via: https://in-tendhost.co.uk/portsmouthcc/aspx/home. The system will be used to administrate the procurement process.
two.1.5) Estimated total value
Value excluding VAT: £20,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
Lot 1 - Initial term of 5 years (with possibility of extending up to max of 10 years)
Lot No
1
two.2.2) Additional CPV code(s)
- 60651000 - Hire of vessels with crew
- 60653000 - Hire of boats with crew
- 63720000 - Support services for water transport
two.2.3) Place of performance
NUTS codes
- UKJ31 - Portsmouth
Main site or place of performance
Portsmouth International Port, Wharf Rd, Portsmouth, PO2 8RU and surrounding Portsmouth Harbour environs
two.2.4) Description of the procurement
Tenderers MUST submit complete tenders for Lot 1.
• Lot 1 is for an initial contract term of five years with the possibility of extending the term by a further five years to a maximum total term of ten years. Extensions will be in increments to be agreed, subject to the agreement and performance of both parties.
All contractors must have the ability and experience to provide comprehensive towage services as described in the specification included in the tender pack.
A summary of the provisions of service includes but is not limited to:
• A minimum of two tugs are to be permanently based within Portsmouth International Port at any one time, providing cover 24 hours a day, 365 days per year.
• Tugs should be available to Portsmouth International Port customers within a 90 minute notice period. This will be reduced to a 30 minute notice period when wind is such that ferries require mandatory towage under Queen's Harbour Master General Directions.
• Tugs should be permanently manned during heavy weather periods to support ferry operations in accordance with Portsmouth International Port's requirements as per specification supplied within the tender pack.
• Tugs will be able to undertake other work within the local area but priority must always be given to the needs of Portsmouth International Port's customers. Turnover generated by the tugs based within Portsmouth International Port must be included within any minimum turnover requirement.
• Periods of servicing and maintenance of the tugs are to be planned so as to limit any down time and a replacement tug of the correct specification is to be based at Portsmouth International Port should one of the usual tugs be out of action for any reason.
• On occasion a vessel may require a third tug. The Contractor should have procedures in place to be able to provide this third tug when required. An eight hour notice period will be given if a third tug is needed.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The initial contract term is for five years with the possibility of extending the term by a further five years to a maximum total term of ten years. Extensions will be in increments to be agreed, subject to the agreement and performance of both parties.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The initial contract term is for five years with the possibility of extending the term by a further five years to a maximum total term of ten years. Extensions will be in increments to be agreed, subject to the agreement and performance of both parties.
two.2) Description
two.2.1) Title
Lot 2 - Initial term of 7 years (with possibility of extending up to max of 10 years)
Lot No
2
two.2.2) Additional CPV code(s)
- 60651000 - Hire of vessels with crew
- 60653000 - Hire of boats with crew
- 63720000 - Support services for water transport
two.2.3) Place of performance
NUTS codes
- UKJ31 - Portsmouth
Main site or place of performance
As per Lot 1.
two.2.4) Description of the procurement
Tenderers MAY apply for Lot 2 on the condition that a mandatory Lot 1 is also submitted.
• Lot 2 is for an initial contract term of seven years with the possibility of extending the term by a further three years to a maximum total term of ten years. Extensions will be in increments to be agreed, subject to the agreement and performance of both parties.
Description of service as described in Lot(1) section II.2.4.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The initial contract term is for seven years with the possibility of extending the term by a further three years to a maximum total term of ten years. Extensions will be in increments to be agreed, subject to the agreement and performance of both parties.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The initial contract term is for seven years with the possibility of extending the term by a further three years to a maximum total term of ten years. Extensions will be in increments to be agreed, subject to the agreement and performance of both parties.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 March 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
4 March 2022
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: If the contract is awarded via Lot 1 and no extension options are taken up a further notice is likely to be published in early 2027. This will be dependent on the nature of future requirements and the need for a new contract.
six.3) Additional information
Portsmouth International Port is the UK's most successful council-owned port and is considered to be a major UK port, responsible for handling millions of customers and vital cargo across the globe. With easy access from the motorway and major shipping lanes the port is ideally placed for ferries, cruise and freight.
Portsmouth Cruise and Ferry Port has five RO/RO berths serving both ferries and cruise ships, with regular ferry sailings to France, Spain and the Channel Islands, and both full turnaround and port of call cruise calls.
Portico operate the two conventional quays at Portsmouth International Port (Albert Johnson Quay and Flathouse Quay) dealing with many types of project cargo, dry bulk and break bulk loads and also specialise in fresh produce.
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
The Strand
London
WCA 2LL
Telephone
+44 2079476000
Country
United Kingdom