Section one: Contracting authority
one.1) Name and addresses
Isle of Wight Council
County Hall, High Street
Newport
PO30 1UD
Contact
Mrs Vanessa Squibb
Telephone
+44 1983821000
Country
United Kingdom
NUTS code
UKJ34 - Isle of Wight
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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