Northern Lighthouse Board has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Aids to Navigation Support Vessel Replacement |
Notice type: | Contract Award Notice |
Authority: | Northern Lighthouse Board |
Nature of contract: | Supplies |
Procedure: | Negotiated |
Short Description: | The vessel shall be built as a DP Buoy laying/servicing vessel capable of carrying out: Buoy Work Inspection of navigation aids and wreck finding in UK and Irish Waters Lighthouse Inspections Emergency towing operations |
Published: | 12/05/2023 10:30 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Northern Lighthouse Board
84 George Street, Edinburgh, Edinburgh, EH2 3DA, United Kingdom
Tel. +44 1314733134, Email: procurement@nlb.org.uk
Contact: Colin Brolly
Main Address: https://www.nlb.org.uk
NUTS Code: UKM
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Other activity: Aids to Navigation
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Aids to Navigation Support Vessel Replacement
Reference number: OPSH/NBMT/2126
II.1.2) Main CPV code:
34500000 - Ships and boats.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The vessel shall be built as a DP Buoy laying/servicing vessel capable of carrying out: Buoy Work Inspection of navigation aids and wreck finding in UK and Irish Waters Lighthouse Inspections Emergency towing operations
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 51,862,859
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKM - SCOTLAND
Main site or place of performance:
SCOTLAND
II.2.4) Description of the procurement: The vessel shall be able to incorporate an ROV and AUV launching and recovery unit with associated equipment containers. The materials for - construction of and components for the vessel shall be selected according to best shipbuilding practices for an expected lifetime of the vessel being not less than 25 years and to meet the highest environmental standards. The sailing profile shows operations from a few hours up to 30 days at sea where sea conditions frequently become very rough. The vessel and its equipment, tank capacities etc. shall be designed for this sailing profile, with focus on safety and best possible sea keeping performance. The vessel shall be designed, constructed and supervised by a European and IACS recognised classification society in accordance with their rules and regulations for the classification of ships in force at the date of signing the contract between the Buyer and Builder, including corrigenda and amendments as included in notices or similar. The notion shall correspond with Lloyds Register as follows 100A1, LA, *IWS, ECO LMC, UMS, Hybrid Power (+), NAV1, IBS, DP(AA), CAC2 Descriptive note: Buoy and Light tender, ShipRight ABN (SQ), ShipRight (MCBM), ShipRight CYBER, and ShipRight UWM-L (T10), UWN-L (Q5) Characteristics of the New vessel as detailed below: Length Overall (LOA) Max 70.00m Breadth, mid, max 16.00m Breadth extreme max 16.30m Air draught at design draught max 27.00m Draught (design) 3.40m @14 days endurance Draught (max design) 3.90m @30 days endurance Draught (scantling) 3.95m Frame spacing 0.60m Full Service Speed 14 knots Light Weight 1900 tonnes approx Transit speed 10.5 knots in rough weather up to sea state 6 (5 metres sig wave height) Eco speed (normal transit) 10.5 knots Wco speed (survey work with auto pilot) 5 knots Bollard pull based on revered engineering estimated 60 tonnes
II.2.5) Award criteria:
Quality criterion - Name: Design Development / Weighting: 5
Quality criterion - Name: Project Management Team / Weighting: 10
Quality criterion - Name: Project Management Process / Weighting: 10
Quality criterion - Name: Delivery Programme / Weighting: 10
Quality criterion - Name: Resources / Weighting: 10
Quality criterion - Name: Makers List / Weighting: pass/fail
Quality criterion - Name: Design / Weighting: pass/fail
Quality criterion - Name: Supply chain Management / Weighting: 10
Quality criterion - Name: Major Sub contracts / Weighting: pass/fail
Quality criterion - Name: Steel / Weighting: pass/fail
Quality criterion - Name: Carbon Reduction Plan / Weighting: 5
Quality criterion - Name: Social Values / Weighting: 10
Cost criterion - Name: Contract Price / Weighting: 22.5
Cost criterion - Name: Plan and Evidence of Funding / Weighting: 7.5
Cost criterion - Name: Guarantees / Weighting: pass/fail
Cost criterion - Name: Insurances / Weighting: pass/fail
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: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Competitive procedure with negotiation
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2021/S 000-011111
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 22/12/2022
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 3
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Astilleros Gondan S.A., Spain
Puerto de Figueras, Castropol, Figueras, Asturias, 33794, Spain
Tel. +34 985636250, Email: com@gondan.com
NUTS Code: ES120
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 51,862,859
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 22/12/2022
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Astilleros Gondan SA., A33030818
Puerto de Figueras s/n, Castropol, Figueras, Asturias, 33794, Spain
Tel. +34 985636250, Email: com@gondan.com
NUTS Code: ES120
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 51,862,859
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=780945618
VI.4) Procedures for review
VI.4.1) Review body
Northern Lighthouse Board
84 George Street, Edinburgh, EH2 3DA, United Kingdom
Tel. +44 1314733131, Email: procurement@nlb.org.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 12/05/2023