Tender

Provision of Ventnor Harbour Management

  • Isle of Wight Council

F02: Contract notice

Notice identifier: 2022/S 000-023255

Procurement identifier (OCID): ocds-h6vhtk-03616b

Published 22 August 2022, 12:07pm



Section one: Contracting authority

one.1) Name and addresses

Isle of Wight Council

County Hall, High Street

Newport

PO30 1UD

Contact

Mrs Lucy Chandler

Email

lucy.chandler@iow.gov.uk

Telephone

+44 1983821000

Country

United Kingdom

Region 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

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.