Rope Handling Services for Liverpool Cruise Terminal
To provide Rope Handling Services at Liverpool Cruise Terminal (LCT) for the cruise ship season, in line with the Berthing Plan operations, duties include but not limited depending on size of vessel.
United Kingdom-Liverpool: Shipping operations
2015/S 057-100221
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Liverpool City Council
Municipal Building, Dale Street
For the attention of: Ms Lyndsay Miles
L2 2DH Liverpool
UNITED KINGDOM
Telephone: +44 1512254129
E-mail: lyndsay.miles@liverpool.gov.uk
Internet address(es):
General address of the contracting authority: www.the-chest.org.uk
Address of the buyer profile: www.the-chest.org.uk
Electronic access to information: www.the-chest.org.uk
Electronic submission of tenders and requests to participate: www.the-chest.org.uk
Further information can be obtained from: Liverpool City Council
Municipal Building, Dale Street
For the attention of: Ms Lyndsay Miles
L2 2DH Liverpool
UNITED KINGDOM
Telephone: +44 1512254129
E-mail: lyndsay.miles@liverpool.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Liverpool City Council
Municipal Building, Dale Street
For the attention of: Ms Lyndsay Miles
L2 2DH Liverpool
UNITED KINGDOM
Telephone: +44 1512254129
E-mail: lyndsay.miles@liverpool.gov.uk
Tenders or requests to participate must be sent to: Liverpool City Council
Municipal Building, Dale Street
For the attention of: Ms Lyndsay Miles
L2 2DH Liverpool
UNITED KINGDOM
Telephone: +44 1512254129
E-mail: lyndsay.miles@liverpool.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
NUTS code UKD52
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
Place Yokaham Fenders on pontoon Wall;
Forklift Driver;
Positioning of ship gangway;
Rope Handling operations on Pontoons (ship size 220 metres and below);
Rope handling operations using Mooring Dolphins (ship size 221 and above);
Royal Navy and Foreign Navy Ships.
II.1.6)Common procurement vocabulary (CPV)
60640000, 34930000, 39541110, 42410000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Place Yokaham Fenders on pontoon Wall;
Forklift Driver;
Positioning of ship gangway;
Rope Handling operations on Pontoons (ship size 220 metres and below);
Rope handling operations using Mooring Dolphins (ship size 221 and above);
Royal Navy and Foreign Navy Ships.
This is a part B service and as such is not fully subject to the Directive 2004/18/EC, however in order to uphold the principles of an open, transparent and proportionate competitive process the Council has advertised this contract following notification to OJEU (Official Journal of the European Union)
Contract will commence on 3.8.2015 for an initial 3 year period, one further 12 month extension option is available.
Estimated value excluding VAT:
Range: between 550 000 and 600 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Please refer to ITT documents.
III.2.3)Technical capacity
Please refer to ITT documents.
Minimum level(s) of standards possibly required:
Please refer to ITT documents.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Place: Liverpool City Council
Municipal Building, Dale Street
For the attention of: All tender to be submitted via the chest
L2 2DH Liverpool
UNITED KINGDOMNo.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Liverpool City Council Legal Representative.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: