Section one: Contracting authority
one.1) Name and addresses
Isle of Wight Council
County Hall, High Street
Newport
PO30 1UD
Contact
Mrs Lucy Chandler
Telephone
+44 1983821000
Country
United Kingdom
Region 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
https://procontract.due-north.com
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
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
Provision of Ventnor Harbour Management
Reference number
DN626128
two.1.2) Main CPV code
- 98362000 - Port management services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority invites Tenders from suitably qualified suppliers to undertake the provision of the management of Ventnor Harbour, Isle of Wight.
The Potential Supplier will be expected to manage all aspects of the harbour at Ventnor; typically, this will include but is not limited to: -
• Supervision of the harbour
• Management of the berths
• Collection of berthing income
• Maintenance of the pontoons and harbour infrastructure
• Full insuring liability
• Reporting all accidents and incidents
• Provision of monthly, quarterly and annual reports
• Compliance with the Port Marine Safety Code (PMSC)
• Compliance with all relevant legislation, including Health and Safety
• Statutory returns to the Marine Management Organisation (MMO)
• Removal of seaweed in accordance with the current MMO licence
The term of the contract shall be 01st April 2023 until 31st March 2028. The closing date for receipt of Tenders is 14:00Hrs on 27th September 2022.
two.1.5) Estimated total value
Value excluding VAT: £485,775
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34500000 - Ships and boats
- 34930000 - Marine equipment
- 45000000 - Construction work
- 50000000 - Repair and maintenance services
- 60640000 - Shipping operations
- 63000000 - Supporting and auxiliary transport services; travel agencies services
- 76500000 - Onshore and offshore services
- 90000000 - Sewage, refuse, cleaning and environmental services
- 98360000 - Marine services
two.2.3) Place of performance
NUTS codes
- UKJ34 - Isle of Wight
two.2.4) Description of the procurement
The Authority invites Tenders from suitably qualified suppliers to undertake the provision of the management of Ventnor Harbour, Isle of Wight.
The Potential Supplier will be expected to manage all aspects of the harbour at Ventnor; typically, this will include but is not limited to: -
• Supervision of the harbour
• Management of the berths
• Collection of berthing income
• Maintenance of the pontoons and harbour infrastructure
• Full insuring liability
• Reporting all accidents and incidents
• Provision of monthly, quarterly and annual reports
• Compliance with the Port Marine Safety Code (PMSC)
• Compliance with all relevant legislation, including Health and Safety
• Statutory returns to the Marine Management Organisation (MMO)
• Removal of seaweed in accordance with the current MMO licence
The Potential Supplier will benefit from the total income derived from mooring fees, and, subject to the Authority’s prior approval and all relevant permissions, may be able to implement improvements which may also generate additional income during the term of the contract.
There will be costs associated with managing Ventnor Harbour, not least the annual requirement of seaweed removal, which currently cost in the region of £103,000 per annum, though this can be reviewed as necessary by the successful supplier. All operating costs will be the responsibility of the Potential Supplier, a summary of the last 3 years income and expenditure can be found in Appendix 2 of the Tender Pack.
The term of the contract shall be 01st April 2023 until 31st March 2028. The Authority’s long-term intention is to dispose of the freehold of the harbour to a third party, however, in order to be able to do this it will be necessary to either obtain a Harbour Revision Order or have its statutory port designation removed. The Authority will seek to deliver one of these options during the contact term, and subject to achieving this, may be able to treat with the supplier as a special purchaser.
The Authority has the power to dispose of property under section 123 of the Local Government Act 1972, which requires it to achieve ‘best consideration’ in any disposal. The Authority can dispose of property at an undervalue using a general consent of the Secretary of State. The difference between the unrestricted value of the property and the disposal consideration must not exceed £2 million and the purpose of the disposal must be likely to contribute to the achievement of the promotion or improvement of economic well-being; the promotion or improvement of social well-being; and/or the promotion or improvement of environmental well-being in its area or for residents in its area. A special purchaser will have an interest either in the property in question or adjoining land and property.
The closing date for receipt of Tenders is 14:00Hrs on 27th September 2022.
two.2.5) Award criteria
Quality criterion - Name: Technical Merit / Weighting: 15
Quality criterion - Name: Business Plan / Weighting: 10
Quality criterion - Name: Staff and Resources / Weighting: 10
Quality criterion - Name: Management and Communication / Weighting: 5
Quality criterion - Name: Maintenance and Improvements / Weighting: 10
Quality criterion - Name: Environmental Impact / Weighting: 10
Quality criterion - Name: Legislative Compliance / Weighting: 5
Quality criterion - Name: Social Value / Weighting: 5
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2028
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: 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
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
27 September 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
27 September 2022
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The High Court
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Prior to awarding the contract, the Authority shall observe a 10 day standstill period.