Section one: Contracting entity
one.1) Name and addresses
Peel Ports Investments Limited
Maritime Centre
Liverpool
L21 1LA
Contact
Linda Robinson
Telephone
+44 123456789
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
5433920
Internet address(es)
Main address
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