Tender

Push Boat Service for Floating Bridge 6

  • Isle of Wight Council

F02: Contract notice

Notice identifier: 2022/S 000-019190

Procurement identifier (OCID): ocds-h6vhtk-03519e

Published 13 July 2022, 3:04pm



Section one: Contracting authority

one.1) Name and addresses

Isle of Wight Council

County Hall, High Street

Newport

PO30 1UD

Contact

Mrs Vanessa Squibb

Email

vanessa.squibb@iow.gov.uk

Telephone

+44 1983821000

Country

United Kingdom

NUTS code

UKJ34 - Isle of Wight

Internet address(es)

Main address

http://www.iwight.com

Buyer's address

http://www.iwight.com

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert?advertId=9a64417a-b302-ed11-8116-005056b64545&p=08800155-5442-e511-80ed-000c29c9ba21

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert?advertId=9a64417a-b302-ed11-8116-005056b64545&p=08800155-5442-e511-80ed-000c29c9ba21

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

Push Boat Service for Floating Bridge 6

Reference number

DN619069

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

The Isle of Wight Council (“the Authority”) invites Tenders from suitably qualified suppliers (“Potential Suppliers”) for the provision of a Push Boat Service for Floating Bridge 6.

This procurement follows the OPEN under the Public Contract Regulations 2015.

The Authority requires the Supplier to provide a fully crewed vessel to push Floating Bridge 6 (FB6) square on the Cowes and East Cowes Slipways during the fast-flowing spring ebb tides for the periods as set out in Appendix 1.

The Supplier must be able to provide a vessel adequate to the task of pushing the Floating Bridge square to the slipway without the need for any modifications to any part of FB6. The vessel used to deliver the service must conform to the relevant Maritime and Coastguard Agency (MCA) class; it must be certified, equipped and crewed accordingly.

Please note that, before contract award, the Preferred Supplier will be required to undertake a sea trial on one spring tide to establish that their proposed vessel and methodology achieve the requirements of the specification. Should the trial fail to achieve these objectives then the Authority reserves the right to reject the submission and seek to award to the next placed Potential Supplier. If this is the case, then a live trial will be undertaken for the second placed Potential Supplier.

The term of the contract shall be from 1st October 2022 until 30th September 2025 with the option to extend for up to a further 24 months at the sole discretion of the Authority. Extensions will be agreed for 6 month periods up to a maximum of 24 months in total; each extension will be advised a minimum of two months before it is required.

The closing date for receipt of Tenders is 14:00Hrs on 17 August 2022.

two.1.5) Estimated total value

Value excluding VAT: £658,160

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ34 - Isle of Wight

two.2.4) Description of the procurement

The Isle of Wight Council (“the Authority”) invites Tenders from suitably qualified suppliers (“Potential Suppliers”) for the provision of a Push Boat Service for Floating Bridge 6.

This procurement follows the OPEN under the Public Contract Regulations 2015.

The Authority requires the Supplier to provide a fully crewed vessel to push Floating Bridge 6 (FB6) square on the Cowes and East Cowes Slipways during the fast-flowing spring ebb tides for the periods as set out in Appendix 1.

The Supplier must be able to provide a vessel adequate to the task of pushing the Floating Bridge square to the slipway without the need for any modifications to any part of FB6. The vessel used to deliver the service must conform to the relevant Maritime and Coastguard Agency (MCA) class; it must be certified, equipped and crewed accordingly.

Please note that, before contract award, the Preferred Supplier will be required to undertake a sea trial on one spring tide to establish that their proposed vessel and methodology achieve the requirements of the specification. Should the trial fail to achieve these objectives then the Authority reserves the right to reject the submission and seek to award to the next placed Potential Supplier. If this is the case, then a live trial will be undertaken for the second placed Potential Supplier.

The term of the contract shall be from 1st October 2022 until 30th September 2025 with the option to extend for up to a further 24 months at the sole discretion of the Authority. Extensions will be agreed for 6 month periods up to a maximum of 24 months in total; each extension will be advised a minimum of two months before it is required.

The closing date for receipt of Tenders is 14:00Hrs on 17 August 2022.

two.2.5) Award criteria

Quality criterion - Name: Risk and Method Statements / Weighting: 8

Quality criterion - Name: Proposed Vessel / Weighting: 7

Quality criterion - Name: Staff and Qualifications / Weighting: 5

Quality criterion - Name: Legislative requirements / Weighting: 4

Quality criterion - Name: Management and Communication / Weighting: 4

Quality criterion - Name: Social Value - Environmental / Weighting: 2

Price - Weighting: 70

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

There is the option to extend for up to a further 24 months at the sole discretion of the Authority. Extensions will be agreed for 6 month periods up to a maximum of 24 months in total; each extension will be advised a minimum of two months before it is required.

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

Any values given are estimated over the whole contract term including the possible extension period.


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

17 August 2022

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

17 August 2022

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Potential suppliers can register their interest and download the tender pack by visiting www.procontract.due-north.com and searching for tender reference number DN619069.

The estimated values set out in this contract notice are the total estimated value for the initial term and any possible extension option(s).

six.4) Procedures for review

six.4.1) Review body

The High Court

London

Country

United Kingdom