Tender

Bollard Testing

  • Peel Ports Investments Limited

F05: Contract notice – utilities

Notice identifier: 2022/S 000-023795

Procurement identifier (OCID): ocds-h6vhtk-03037b

Published 25 August 2022, 2:12pm



Section one: Contracting entity

one.1) Name and addresses

Peel Ports Investments Limited

Maritime Centre

Liverpool

L21 1LA

Contact

Linda Robinson

Email

linda.robinson@peelports.com

Telephone

+44 123456789

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

5433920

Internet address(es)

Main address

https://www.peelports.com

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/91299

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=52093&B=PEELPORTS

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=52093&B=PEELPORTS

Tenders or requests to participate must be submitted to the above-mentioned address

one.6) Main activity

Port-related activities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Bollard Testing

Reference number

PPIL/F0098/PRO92

two.1.2) Main CPV code

  • 50246000 - Harbour equipment maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Traditionally each port has utilised differing contractual arrangements for the testing of bollards and has adopted different methodologies to testing. The most common methods of testing used are load testing and non-destructive testing.

The aim of this procurement is to standardise bollard testing across all UK Ports within the group therefore the purpose of this opportunity is to award an agreement to a maximum of two suppliers to conduct load testing and non-destructive testing services across the Peel Ports Group.

two.1.5) Estimated total value

Value excluding VAT: £3,264,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 - Provision of Load Bollard Testing

Lot No

1

two.2.2) Additional CPV code(s)

  • 71630000 - Technical inspection and testing services
  • 50246000 - Harbour equipment maintenance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Peel Ports requires the Provision of Load Bollard Testing Services (as detailed in the Scope & Specification document).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £816,000

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

Duration in months

96

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4

Objective criteria for choosing the limited number of candidates:

With reference to Lot 1 – Load Bollard Testing, the four highest ranked submissions

that meet the Minimum Criteria (in accordance with the evaluation criteria) shall progress to ITN. Any Applicant that does not meet the Minimum Criteria shall be excluded and shall not progress further in the process.

In the event of a draw for 4th place under Lot 1 all Applicants tied shall progress to ITN.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Framework shall be let for an initial fixed term of 3 years with options to extend up to 8

years in 1 year increments.

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) Description

two.2.1) Title

Lot 2 - Provision of Non Destructive Bollard Testing

Lot No

2

two.2.2) Additional CPV code(s)

  • 71630000 - Technical inspection and testing services
  • 71632200 - Non-destructive testing services
  • 50246000 - Harbour equipment maintenance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Peel Ports requires the Provision of Non-Destructive Bollard Testing Services (as detailed in the Scope & Specification document).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,448,000

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

Duration in months

96

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4

Objective criteria for choosing the limited number of candidates:

With reference to Lot 2 – Non-Destructive Bollard Testing, the four highest ranked submissions that meet the Minimum Criteria (in accordance with the evaluation criteria) shall progress to ITN. Any Applicant that does not meet the Minimum Criteria shall be excluded and shall not progress further in the process.

In the event of a draw for 4th place under Lot 2 all Applicants tied shall progress to ITN.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Framework shall be let for an initial fixed term of 3 years with options to extend up to 8

years in 1 year increments.

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

Negotiated procedure with prior call for competition

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-031748

four.2.2) Time limit for receipt of tenders or requests to participate

Date

26 September 2022

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

7 Rolls Buildings, Fetter Lane

London

EC4A 1NL

Country

United Kingdom