Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Bournemouth Christchurch and Poole Council
BCP Council, Civic Centre, Bourne Avenue
Bournemouth
BH2 6DY
UK
Contact person: Procurement
Telephone: +44 1202128989
E-mail: procurement@bcpcouncil.gov.uk
NUTS: UKK24
Internet address(es)
Main address: https://www.bcpcouncil.gov.uk
Address of the buyer profile: https://www.bcpcouncil.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.supplyingthesouthwest.org.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.supplyingthesouthwest.org.uk/
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Marker Buoys including Positioning and Maintenance
Reference number: DN681889
II.1.2) Main CPV code
50246200
II.1.3) Type of contract
Services
II.1.4) Short description
This contract is for the supply, positioning and maintenance of seasonal and permanent marker buoys across Poole Bay and Christchurch Bay. The contract includes the phased replacement of all seasonal marker buoys.
II.1.5) Estimated total value
Value excluding VAT:
251 700.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50246200
63724300
II.2.3) Place of performance
NUTS code:
UKK24
II.2.4) Description of the procurement
This contract is for the supply, positioning and maintenance of seasonal and permanent marker buoys across Poole Bay and Christchurch Bay. The contract includes the phased replacement of all seasonal marker buoys.
II.2.5) Award criteria
Criteria below:
Quality criterion: Bidder’s approach to marker buoy design
/ Weighting: 20
Quality criterion: Bidder’s approach to condition survey methodology
/ Weighting: 20
Quality criterion: Bidder’s approach to drawing on organisational experience
/ Weighting: 20
Quality criterion: Bidder’s approach to KPIs
/ Weighting: 20
Quality criterion: Bidder's approach to scope 3 emissions
/ Weighting: 10
Quality criterion: Bidder’s approach to risk mitigation
/ Weighting: 10
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
251 700.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
The Authority has 2 options to extend the contract and each option shall be an additional 12 months.
The maximum period of this contract shall therefore be 60 months and this period includes all options to extend.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Please do not contact any officer/team named on this notice or the documentation. All documentation for this opportunity is available on www.supplyingthesouthwest.org.uk . Any expressions of interest must be made through this portal unless otherwise instructed. You will need to register on the site to submit a bid. Registering is free of charge.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Refer to procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Please note that if a bid is received from a consortium or from two suppliers then words will be added to the contract to enable suppliers to be held liable for performance individually or jointly (joint and several liability).
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
19/04/2024
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 60 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
19/04/2024
Local time: 14:00
Information about authorised persons and opening procedure:
All tenders are electronically sealed within the system and released after the deadline by the Council’s authorised officer(s).
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.4) Procedures for review
VI.4.1) Review body
The Royal Courts of Justice, Strand
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87 (standstill period) and Regulations 91 (enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).
VI.4.4) Service from which information about the review procedure may be obtained
Bournemouth Christchurch and Poole Council
Bournemouth
BH2 6DY
UK
VI.5) Date of dispatch of this notice
22/03/2024