Section one: Contracting authority
one.1) Name and addresses
Bournemouth Christchurch and Poole Council
BCP Council, Civic Centre, Bourne Avenue
Bournemouth
BH2 6DY
Contact
Procurement
Telephone
+44 1202128989
Country
United Kingdom
NUTS code
UKK24 - Bournemouth, Christchurch and Poole
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.supplyingthesouthwest.org.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.supplyingthesouthwest.org.uk/
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
Marker Buoys including Positioning and Maintenance
Reference number
DN681889
two.1.2) Main CPV code
- 50246200 - Buoy maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
This contract is for the supply, positioning and maintenance of seasonal and permanent marker buoys across Poole Bay and Christchurch Bay. The contract includes the phased replacement of all seasonal marker buoys.
two.1.5) Estimated total value
Value excluding VAT: £251,700
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50246200 - Buoy maintenance services
- 63724300 - Buoy positioning services
two.2.3) Place of performance
NUTS codes
- UKK24 - Bournemouth, Christchurch and Poole
two.2.4) Description of the procurement
This contract is for the supply, positioning and maintenance of seasonal and permanent marker buoys across Poole Bay and Christchurch Bay. The contract includes the phased replacement of all seasonal marker buoys.
two.2.5) Award criteria
Quality criterion - Name: Bidder’s approach to marker buoy design / Weighting: 20
Quality criterion - Name: Bidder’s approach to condition survey methodology / Weighting: 20
Quality criterion - Name: Bidder’s approach to drawing on organisational experience / Weighting: 20
Quality criterion - Name: Bidder’s approach to KPIs / Weighting: 20
Quality criterion - Name: Bidder's approach to scope 3 emissions / Weighting: 10
Quality criterion - Name: Bidder’s approach to risk mitigation / Weighting: 10
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £251,700
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The Authority has 2 options to extend the contract and each option shall be an additional 12 months.
The maximum period of this contract shall therefore be 60 months and this period includes all options to extend.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Please do not contact any officer/team named on this notice or the documentation. All documentation for this opportunity is available on www.supplyingthesouthwest.org.uk . Any expressions of interest must be made through this portal unless otherwise instructed. You will need to register on the site to submit a bid. Registering is free of charge.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Refer to procurement documents
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please note that if a bid is received from a consortium or from two suppliers then words will be added to the contract to enable suppliers to be held liable for performance individually or jointly (joint and several liability).
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
19 April 2024
Local time
2:00pm
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: 60 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
19 April 2024
Local time
2:00pm
Information about authorised persons and opening procedure
All tenders are electronically sealed within the system and released after the deadline by the Council’s authorised officer(s).
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
The Royal Courts of Justice, Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87 (standstill period) and Regulations 91 (enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).
six.4.4) Service from which information about the review procedure may be obtained
Bournemouth Christchurch and Poole Council
Bournemouth
BH2 6DY
Country
United Kingdom