Northern Lighthouse Board : NLV Pole Star Dry Dock Services

  Northern Lighthouse Board has published this notice through Delta eSourcing

Notice Summary
Title: NLV Pole Star Dry Dock Services
Notice type: Contract Notice
Authority: Northern Lighthouse Board
Nature of contract: Services
Procedure: Open
Short Description:
Published: 22/06/2015 12:44

View Full Notice

UK-Edinburgh: Dry-docking services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Northern Lighthouse Board
      84 George Street, Edinburgh, EH2 3DA, United Kingdom
      Tel. +44 1314733134, Fax. +44 1314732436, Email: procurement@nlb.org.uk, URL: http://nlb.org.uk, URL: http://nlb.g2b.info
      Contact: Colin Brolly, Attn: Colin Brolly, Procurement Officer
      Electronic Access URL: http://nlb.g2b.info

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Other: Provision of Aids to Navigation

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: NLV Pole Star Dry Dock Services
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         Region Codes: UK - UNITED KINGDOM         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:Not Provided
      
      II.1.5)Short description of the contract or purchase:
      Dry-docking services.
         
      II.1.6)Common Procurement Vocabulary:
         50246100 - Dry-docking services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: Yes    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The Northern Lighthouse Board require Dry Dock facilities for NLV Pole Star, this will be the vessels 15 year inspections. Services are required to commence on or prior to the 14 September 2015. A full description of the services required are detailed within the tender documents.
The tender documents can be downloaded from our Buyer Profile http://nlb.g2b.info      
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting: 14/09/2015
         Completion: 05/10/2015

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Any contract resulting from this procurement exercise will be subject to Scots Law and the jurisdiction of the Scottish Courts. No special legal form
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Minimum Level(s) of standards possibly required:
         Detailed within the tender document
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Minimum Level(s) of standards possibly required:
         Detailed within the tender document.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: TPOL/DDOC/1158      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 17/07/2015
      Time-limit for receipt of requests for documents or for accessing documents: 16:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 24/07/2015
         Time: 12:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
         Duration in days: 120
      
      IV.3.8)Conditions for opening tenders
         Date: 24/07/2015
         Time: 14:30
         Persons authorised to be present at the opening of tenders: No


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Yes
      Estimated timing for further notices to be published: September 2018
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. Tender documents can be downloaded from our buyer profile http://nlb.g2b.info
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=149104080
GO-2015622-PRO-6707938 TKR-2015622-PRO-6707937
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Northern Lighthouse Board
      84 George Street, Edinburgh, EH2 3DA, United Kingdom
      Tel. +44 1314733134

      Body responsible for mediation procedures:
               Northern Lighthouse Board
         84 George Street, Edinburgh, EH2 3DA, United Kingdom
         Tel. +44 1314733134

      VI.4.2)Lodging of appeals: The Northern Lighthouse Board will incorporate a minimum 10 calendar day standstill period at this point information on the award of the contract is communicated to tenderers. This period allows unsuccful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of award decision to request additional debriefing and that information has to be provided a minimum 3 working days before the expiry of the standstill period. Such information should be required from the person named at I.1.If an appeal regarding the award of a contract has not been successfully resolved the public Contracts (Amendment) Regulations 2009 (SI 2009/2992) provides for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the Sheriff Court, Court of Session (Scotland). Any such action must be brought promptly (generally within 3 months).   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Northern Lighthouse Board
      84 George Street, Edinburgh, EH2 3DA, United Kingdom
      Tel. +44 1314733134

   VI.5) Date Of Dispatch Of This Notice: 22/06/2015

ANNEX A

View any Notice Addenda

View Award Notice

UK-Edinburgh: Dry-docking services.

Section I: Contracting Authority
   Title: UK-Edinburgh: Dry-docking services.
   I.1)Name, Addresses and Contact Point(s):
      Northern Lighthouse Board
      84 George Street, Edinburgh, EH2 3DA, United Kingdom
      Tel. +44 1314733134, Fax. +44 1314732436, Email: procurement@nlb.org.uk, URL: http://nlb.org.uk, URL: http://nlb.g2b.info
      Contact: Colin Brolly, Attn: Colin Brolly, Procurement Officer
      Electronic Access URL: http://nlb.g2b.info

   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Not Provided

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: NLV Pole Star Dry Dock Services      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 27
         Do you agree to the publication of this notice?: Yes          
         Region Codes: UK - UNITED KINGDOM         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Dry-docking services.
      II.1.5)Common procurement vocabulary:
         50246100 - Dry-docking services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Open
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Price (overall weighting 30%) - 30
         Financial (overall weighting 10%) - 10
         A Statement on how you propose to manage the contract. (Overall weighting 10%) - 10
         Information provided in the Tenderer Information Schedule (overall weighting 5%) - 5
         Similar Contracts (overall weighting 15%) - 15
         Programme of Works, including ships downtime (overall weighting 20%) - 20
         Information on Dry Dock Facilities (overall weighting 10%) - 10
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: TPOL/DDOC/1158         
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: 2015/S 121-220985

      V.1)Date Of Contract Award: 01/09/2015      
      V.2) Information About Offers
         Number Of Offers Received: 5          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Dunston (Ship Repairs) Ltd
         Postal address: William Wright Dock
         Town: Hull
         Postal code: HU3 4PG
         Country: United Kingdom
         Email: sales@dunstons.co.uk
         Telephone: +44 1482326774
         Internet address: www.dunstons.co.uk
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. Tender documents can be downloaded from our buyer profile http://nlb.g2b.info
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=158922379
GO-201592-PRO-7013258 TKR-201592-PRO-7013257   
   VI.3.1)Body responsible for appeal procedures:
      Northern Lighthouse Board
      84 George Street, Edinburgh, EH2 3DA, United Kingdom
      Tel. +44 1314733134

      Body responsible for mediation procedures:
         Northern Lighthouse Board
         84 George Street, Edinburgh, EH2 3DA, United Kingdom
         Tel. +44 1314733134
   VI.3.2)Lodging of appeals: The Northern Lighthouse Board will incorporate a minimum 10 calendar day standstill period at this point information on the award of the contract is communicated to tenderers. This period allows unsuccful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of award decision to request additional debriefing and that information has to be provided a minimum 3 working days before the expiry of the standstill period. Such information should be required from the person named at I.1.If an appeal regarding the award of a contract has not been successfully resolved the public Contracts (Amendment) Regulations 2009 (SI 2009/2992) provides for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the Sheriff Court, Court of Session (Scotland). Any such action must be brought promptly (generally within 3 months).    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Northern Lighthouse Board
      84 George Street, Edinburgh, EH2 3DA, United Kingdom
      Tel. +44 1314733134
   
   VI.4)Date Of Dispatch Of This Notice: 02/09/2015