Tender for Ship Management Services
Appointment of a ship manager to provide technical and crew management services.
United Kingdom-Warrington: Shipping operations
2020/S 024-055339
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
National registration number: 1144352
Postal address: Hinton House, Risley, Birchwood Park Avenue
Town: Warrington
NUTS code: UK
Postal code: WA36GR
Country: United Kingdom
Contact person: Christina Colgan
E-mail: Christina.colgan@innuserv.com
Telephone: +44 1925802641
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Ship Management Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Appointment of a ship manager to provide technical and crew management services.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UK based office.
II.2.4)Description of the procurement:
International Nuclear Services (INS) has a requirement for the provision of ship management services for the management of the PNTL fleet of 3 INF3 certified vessels.
INS reserves the right to increase the fleet in line with business requirements during the term of the contract.
It is INS’s intention to procure the ship management service from 1 supplier.
The appointed ship manager is to provide a full ship management service including technical and crew management services. The ship manager will be expected to ensure that the fleet is fit for voyages 100 % of the time. They will be expected to take full responsibility of the fleets maintenance programs including the specific physical protection equipment that exist aboard the fleet.
The ship manager will maintain compliance with the Nuclear Industry Security Regulations 2003 (NISR 2003), including all amendments which means:
— hold ‘List N’ status to enable the processing, storage and exchange of sensitive nuclear information (SNI) protectively marked up to UK Secret, in line with Regulation 22 of NISR 2003. Further information can be sought from www.onr.gov.uk/cnss/regulation-of-sensitive-nuclear-information-list-n.htm which includes the regulatory expectations of achieving this required standard,
— maintain PNTL’s Class A carrier status in line with Part 3 (Regulations 13 to 21) of NISR 2003 by delivering compliance with all relevant supporting regulatory expectations including, most notably, the UK’s Security Assessment Principles (SyAPs) for PNTL. Further information can be sought from www.onr.gov.uk/syaps/index.htm which includes free and open access to the SyAPS regulations.
Further detail is provided in the SQ document and accompanying draft contract.
Please note:
Whilst the scope of this tender is the management of 3 ships, there is a fourth ship currently in service but we are currently consulting on a proposal to decommission it. If the outcome of that consultation is that the ship is not decommissioned, the management of this ship will be added to the scope of this tender. If this occurs, we will give those who have tendered for the contract time to adjust their bids.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Limits on candidate:
Selection questions will comprise of some pass/fail technical questions. Failing a question will result in an applicant being disqualified from the procurement.
See procurement documents for further details.
II.2.10)Information about variants
II.2.11)Information about options
Duration is for 5 years. Option to extend for 2 x 24 month periods.
II.2.13)Information about European Union funds
II.2.14)Additional information
The anticipated value is 59 000 000,00 over the full duration of the contract including the option to extend for 2 x 24 month periods.
All correspondence shall be via a complete tender management (CTM) portal. Applicants who successfully pass the SQ stage will be required to enter into a confidentiality agreement prior to the issue of further procurement documentation.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
See agreement terms and conditions (to be issued shortly after this notice).
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
See invitation to submit initial tender document.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.5)Information about negotiation
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
INS shall not be liable for any costs or expenses incurred by any economic operator in connection with the completion and return of the information requested in this contract notice, or in the completion or submission of any tender.
INS reserves the right to change without notice the procedure for awarding the contract, to reject all or any bids for the contract; to terminate discussions with any or all interested tenderers and /or to stop the process and not award a contract at any time without liability on its part. Tenders and all supporting documentation for the contract must be priced in sterling.
VI.4.1)Review body
Postal address: Strand
Town: London
Country: United KingdomInternet address: http://www.justice.gov.uk
VI.4.2)Body responsible for mediation procedures
Postal address: Strand
Town: London
Country: United KingdomInternet address: http://www.justice.gov.uk
VI.4.3)Review procedure
Any appeals should be promptly brought to the attention of the contact specified in Section I) above and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including without limitation, the Public Contracts Regulations 2015. In accordance with the Public Contracts Regulations 2015, the contracting authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.
VI.4.4)Service from which information about the review procedure may be obtained
Postal address: Hinton House, Risley
Town: Warrington
Postal code: WA36GR
Country: United Kingdom
E-mail: Christina.colgan@innuserv.com
VI.5)Date of dispatch of this notice: