Construction Tenders

Wed May 15 2024

Related Information

Construction Contract Leads

South West

Category Services

Type

No. of Lots 1

Status Active

Published 22nd Mar 2024

Tender Details
Referenceocds-h6vhtk-044bc0
Common Procurement VocabularyBuoy maintenance services
Procurement MethodOpen procedure
Value£251,700
« Previous Page

South West

Category Services

Type

No. of Lots 1

Status Active

Published 22nd Mar 2024

Tender Details
Referenceocds-h6vhtk-044bc0
Common Procurement VocabularyBuoy maintenance services
Procurement MethodOpen procedure
Value£251,700

Section I: Contracting authority

I.1) Name and addresses

Bournemouth Christchurch and Poole Council

BCP Council, Civic Centre, Bourne Avenue

Bournemouth

BH2 6DY

Contact

Procurement

Email

procurement [at] bcpcouncil.gov.uk

Telephone

+44 1202128989

Country

United Kingdom

NUTS code

UKK24 - Bournemouth, Christchurch and Poole

Internet address(es)

Main address

https://www.bcpcouncil.gov.uk

Buyer's address

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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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 - Buoy maintenance services

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

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 50246200 - Buoy maintenance services
  • 63724300 - Buoy positioning services

II.2.3) Place of performance

NUTS codes
  • UKK24 - Bournemouth, Christchurch and Poole

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

Quality criterion - Name: Bidder’s approach to marker buoy design / Weighting: 20

Quality criterion - Name: Bidder’s approach to condition survey methodology / Weighting: 20

Quality criterion - Name: Bidder’s approach to drawing on organisational experience / Weighting: 20

Quality criterion - Name: Bidder’s approach to KPIs / Weighting: 20

Quality criterion - Name: Bidder's approach to scope 3 emissions / Weighting: 10

Quality criterion - Name: Bidder’s approach to risk mitigation / Weighting: 10

Price - Weighting: 60

II.2.6) Estimated value

Value excluding VAT: £251,700

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.2.10) 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 the 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 April 2024

Local time

2:00pm

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

English

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 April 2024

Local time

2:00pm

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

Country

United Kingdom

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

Country

United Kingdom