Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Peel Ports Investments Limited
5433920
Maritime Centre
Liverpool
L21 1LA
UK
Contact person: Linda Robinson
Telephone: +44 123456789
E-mail: linda.robinson@peelports.com
NUTS: UK
Internet address(es)
Main address: https://www.peelports.com
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/91299
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=52093&B=PEELPORTS
Tenders or requests to participate must be sent to the abovementioned address
I.6) Main activity
Port-related activities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Bollard Testing
Reference number: PPIL/F0098/PRO92
II.1.2) Main CPV code
50246000
II.1.3) Type of contract
Services
II.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.
II.1.5) Estimated total value
Value excluding VAT:
3 264 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 - Provision of Load Bollard Testing
II.2.2) Additional CPV code(s)
71630000
50246000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Peel Ports requires the Provision of Load Bollard Testing Services (as detailed in the Scope & Specification document).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
816 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: No
II.2.10) Information about variants
Variants will be accepted:
No
II.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.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Lot 2 - Provision of Non Destructive Bollard Testing
II.2.2) Additional CPV code(s)
71630000
71632200
50246000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Peel Ports requires the Provision of Non-Destructive Bollard Testing Services (as detailed in the Scope & Specification document).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
2 448 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: No
II.2.10) Information about variants
Variants will be accepted:
No
II.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.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated with call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2021/S 000-031748
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
26/09/2022
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
7 Rolls Buildings, Fetter Lane
London
EC4A 1NL
UK
VI.5) Date of dispatch of this notice
25/08/2022