Notice Information
Notice Title
Provision of Ventnor Harbour Management
Notice Description
The provision of the management of Ventnor Harbour, Isle of Wight. The Potential Supplier will be expected to manage all aspects of the harbour at Ventnor; typically, this will include but is not limited to: - * Supervision of the harbour * Management of the berths * Collection of berthing income * Maintenance of the pontoons and harbour infrastructure * Full insuring liability * Reporting all accidents and incidents * Provision of monthly, quarterly and annual reports * Compliance with the Port Marine Safety Code (PMSC) * Compliance with all relevant legislation, including Health and Safety * Statutory returns to the Marine Management Organisation (MMO) * Removal of seaweed in accordance with the current MMO licence
Lot Information
Lot 1
Provision of the management of Ventnor Harbour, Isle of Wight. The Potential Supplier will be expected to manage all aspects of the harbour at Ventnor; typically, this will include but is not limited to: - * Supervision of the harbour * Management of the berths * Collection of berthing income * Maintenance of the pontoons and harbour infrastructure * Full insuring liability * Reporting all accidents and incidents * Provision of monthly, quarterly and annual reports * Compliance with the Port Marine Safety Code (PMSC) * Compliance with all relevant legislation, including Health and Safety * Statutory returns to the Marine Management Organisation (MMO) * Removal of seaweed in accordance with the current MMO licence The Potential Supplier will benefit from the total income derived from mooring fees, and, subject to the Authority's prior approval and all relevant permissions, may be able to implement improvements which may also generate additional income during the term of the contract. There will be costs associated with managing Ventnor Harbour, not least the annual requirement of seaweed removal, which currently cost in the region of PS103,000 per annum, though this can be reviewed as necessary by the successful supplier. All operating costs will be the responsibility of the Potential Supplier, a summary of the last 3 years income and expenditure can be found in Appendix 2 of the Tender Pack. The term of the contract shall be 01st April 2023 until 31st March 2028. The Authority's long-term intention is to dispose of the freehold of the harbour to a third party, however, in order to be able to do this it will be necessary to either obtain a Harbour Revision Order or have its statutory port designation removed. The Authority will seek to deliver one of these options during the contact term, and subject to achieving this, may be able to treat with the supplier as a special purchaser. The Authority has the power to dispose of property under section 123 of the Local Government Act 1972, which requires it to achieve 'best consideration' in any disposal. The Authority can dispose of property at an undervalue using a general consent of the Secretary of State. The difference between the unrestricted value of the property and the disposal consideration must not exceed PS2 million and the purpose of the disposal must be likely to contribute to the achievement of the promotion or improvement of economic well-being; the promotion or improvement of social well-being; and/or the promotion or improvement of environmental well-being in its area or for residents in its area. A special purchaser will have an interest either in the property in question or adjoining land and property.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03616b
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/004047-2023
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
45 - Construction work
50 - Repair and maintenance services
60 - Transport services (excl. Waste transport)
63 - Supporting and auxiliary transport services; travel agencies services
76 - Services related to the oil and gas industry
90 - Sewage, refuse, cleaning and environmental services
98 - Other community, social and personal services
-
- CPV Codes
34500000 - Ships and boats
34930000 - Marine equipment
45000000 - Construction work
50000000 - Repair and maintenance services
60640000 - Shipping operations
63000000 - Supporting and auxiliary transport services; travel agencies services
76500000 - Onshore and offshore services
90000000 - Sewage, refuse, cleaning and environmental services
98360000 - Marine services
98362000 - Port management services
Notice Value(s)
- Tender Value
- £485,775 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £392,500 £100K-£500K
Notice Dates
- Publication Date
- 9 Feb 20233 years ago
- Submission Deadline
- 27 Sep 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 9 Feb 20233 years ago
- Contract Period
- 31 Mar 2023 - 31 Mar 2028 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- ISLE OF WIGHT COUNCIL
- Contact Name
- Mrs Lucy Chandler
- Contact Email
- lucy.chandler@iow.gov.uk
- Contact Phone
- +44 1983821000
Buyer Location
- Locality
- NEWPORT
- Postcode
- PO30 1UD
- Post Town
- Portsmouth
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ3 Hampshire and Isle of Wight
- Small Region (ITL 3)
- TLJ34 Isle of Wight
- Delivery Location
- TLJ34 Isle of Wight
-
- Local Authority
- Isle of Wight
- Electoral Ward
- Newport Central
- Westminster Constituency
- Isle of Wight West
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-03616b-2023-02-09T14:45:28Z",
"date": "2023-02-09T14:45:28Z",
"ocid": "ocds-h6vhtk-03616b",
"initiationType": "tender",
"tender": {
"id": "DN626128",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Provision of Ventnor Harbour Management",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "98362000",
"description": "Port management services"
},
"mainProcurementCategory": "services",
"description": "The provision of the management of Ventnor Harbour, Isle of Wight. The Potential Supplier will be expected to manage all aspects of the harbour at Ventnor; typically, this will include but is not limited to: - * Supervision of the harbour * Management of the berths * Collection of berthing income * Maintenance of the pontoons and harbour infrastructure * Full insuring liability * Reporting all accidents and incidents * Provision of monthly, quarterly and annual reports * Compliance with the Port Marine Safety Code (PMSC) * Compliance with all relevant legislation, including Health and Safety * Statutory returns to the Marine Management Organisation (MMO) * Removal of seaweed in accordance with the current MMO licence",
"value": {
"amount": 485775,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Provision of the management of Ventnor Harbour, Isle of Wight. The Potential Supplier will be expected to manage all aspects of the harbour at Ventnor; typically, this will include but is not limited to: - * Supervision of the harbour * Management of the berths * Collection of berthing income * Maintenance of the pontoons and harbour infrastructure * Full insuring liability * Reporting all accidents and incidents * Provision of monthly, quarterly and annual reports * Compliance with the Port Marine Safety Code (PMSC) * Compliance with all relevant legislation, including Health and Safety * Statutory returns to the Marine Management Organisation (MMO) * Removal of seaweed in accordance with the current MMO licence The Potential Supplier will benefit from the total income derived from mooring fees, and, subject to the Authority's prior approval and all relevant permissions, may be able to implement improvements which may also generate additional income during the term of the contract. There will be costs associated with managing Ventnor Harbour, not least the annual requirement of seaweed removal, which currently cost in the region of PS103,000 per annum, though this can be reviewed as necessary by the successful supplier. All operating costs will be the responsibility of the Potential Supplier, a summary of the last 3 years income and expenditure can be found in Appendix 2 of the Tender Pack. The term of the contract shall be 01st April 2023 until 31st March 2028. The Authority's long-term intention is to dispose of the freehold of the harbour to a third party, however, in order to be able to do this it will be necessary to either obtain a Harbour Revision Order or have its statutory port designation removed. The Authority will seek to deliver one of these options during the contact term, and subject to achieving this, may be able to treat with the supplier as a special purchaser. The Authority has the power to dispose of property under section 123 of the Local Government Act 1972, which requires it to achieve 'best consideration' in any disposal. The Authority can dispose of property at an undervalue using a general consent of the Secretary of State. The difference between the unrestricted value of the property and the disposal consideration must not exceed PS2 million and the purpose of the disposal must be likely to contribute to the achievement of the promotion or improvement of economic well-being; the promotion or improvement of social well-being; and/or the promotion or improvement of environmental well-being in its area or for residents in its area. A special purchaser will have an interest either in the property in question or adjoining land and property.",
"awardCriteria": {
"criteria": [
{
"name": "Technical Merit",
"type": "quality",
"description": "15"
},
{
"name": "Business Plan",
"type": "quality",
"description": "10"
},
{
"name": "Staff and Resources",
"type": "quality",
"description": "10"
},
{
"name": "Management and Communication",
"type": "quality",
"description": "5"
},
{
"name": "Maintenance and Improvements",
"type": "quality",
"description": "10"
},
{
"name": "Environmental Impact",
"type": "quality",
"description": "10"
},
{
"name": "Legislative Compliance",
"type": "quality",
"description": "5"
},
{
"name": "Social Value",
"type": "quality",
"description": "5"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"startDate": "2023-04-01T00:00:00+01:00",
"endDate": "2028-03-31T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34500000",
"description": "Ships and boats"
},
{
"scheme": "CPV",
"id": "34930000",
"description": "Marine equipment"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "60640000",
"description": "Shipping operations"
},
{
"scheme": "CPV",
"id": "63000000",
"description": "Supporting and auxiliary transport services; travel agencies services"
},
{
"scheme": "CPV",
"id": "76500000",
"description": "Onshore and offshore services"
},
{
"scheme": "CPV",
"id": "90000000",
"description": "Sewage, refuse, cleaning and environmental services"
},
{
"scheme": "CPV",
"id": "98360000",
"description": "Marine services"
}
],
"deliveryAddresses": [
{
"region": "UKJ34"
},
{
"region": "UKJ34"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-09-27T14:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2022-09-27T14:00:00+01:00"
},
"bidOpening": {
"date": "2022-09-27T14:00:00+01:00"
},
"hasRecurrence": false,
"reviewDetails": "Prior to awarding the contract, the Authority shall observe a 10 day standstill period."
},
"parties": [
{
"id": "GB-FTS-67",
"name": "Isle of Wight Council",
"identifier": {
"legalName": "Isle of Wight Council"
},
"address": {
"streetAddress": "County Hall, High Street",
"locality": "Newport",
"region": "UKJ34",
"postalCode": "PO30 1UD",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mrs Lucy Chandler",
"telephone": "+44 1983821000",
"email": "lucy.chandler@iow.gov.uk",
"url": "https://procontract.due-north.com"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.iwight.com",
"buyerProfile": "http://www.iwight.com",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-2515",
"name": "The High Court",
"identifier": {
"legalName": "The High Court"
},
"address": {
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-74920",
"name": "Ventnor Haven Management Ltd",
"identifier": {
"legalName": "Ventnor Haven Management Ltd"
},
"address": {
"streetAddress": "Ventnor Haven",
"locality": "Ventnor",
"region": "UKJ34",
"postalCode": "PO38 1JR",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-67",
"name": "Isle of Wight Council"
},
"language": "en",
"awards": [
{
"id": "004047-2023-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-74920",
"name": "Ventnor Haven Management Ltd"
}
]
}
],
"contracts": [
{
"id": "004047-2023-1",
"awardID": "004047-2023-1",
"status": "active",
"value": {
"amount": 392500,
"currency": "GBP"
},
"dateSigned": "2023-02-09T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 2
},
{
"id": "3",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
}
]
}
}