Trinity House: T0488 - ITT - FRAMEWORK AGREEMENT FOR THE SUPPLY OF MOORING COMPONENTS FOR THE GENERAL LIGHTHOUSE AUTHORITIES FOR GREAT BRITAIN

  Trinity House is using Delta eSourcing to run this tender exercise

Notice Summary
Title: T0488 - ITT - FRAMEWORK AGREEMENT FOR THE SUPPLY OF MOORING COMPONENTS FOR THE GENERAL LIGHTHOUSE AUTHORITIES FOR GREAT BRITAIN
Notice type: Contract Notice
Authority: Trinity House
Nature of contract: Supplies
Procedure: Open
Short Description: In support of their fleets of floating Aids-to-Navigation (AtoNs) and their ongoing statutory duties, the General Lighthouse Authorities for Great Britain (the GLAs) are each users of significant quantities of mooring equipment, including: •Open Link and Stud Link Chain Cable; •Bridles, including associated swivels and links; •Shackles, including Kenter and Joining types; •Sinkers This Invitation to Tender process addresses the requirements of the GLAs for the next 4 years. The total contract value is estimated to be approximately £2.4m. The total contract length will be a 4 year framework agreement (initial 3 year contract with a 1 year extension). See ITT documentation for further information.
Published: 28/03/2022 15:21
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-LONDON: Chain.
Section I: Contracting Authority
      I.1) Name and addresses
             The Corporation of Trinity House
             TRINITY HOUSE, Trinity Square, Tower Hill, LONDON, EC3N 4DH, United Kingdom
             Tel. +44 1255245098, Email: etender@trinityhouse.co.uk
             Contact: Christopher Barber
             Main Address: www.trinityhouse.co.uk, Address of the buyer profile: http://trinityhouse.g2b.info/
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      In the case of joint procurement involving different countries, state applicable national procurement law: This Invitation to Tender is issued by the Corporation of Trinity House on Behalf of Trinity House and The Northern Lighthouse Board       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-LONDON:-Chain./GADB7YTN7B
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: T0488 - ITT - FRAMEWORK AGREEMENT FOR THE SUPPLY OF MOORING COMPONENTS FOR THE GENERAL LIGHTHOUSE AUTHORITIES FOR GREAT BRITAIN       
      Reference Number: T0488
      II.1.2) Main CPV Code:
      44540000 - Chain.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: In support of their fleets of floating Aids-to-Navigation (AtoNs) and their ongoing statutory duties, the General Lighthouse Authorities for Great Britain (the GLAs) are each users of significant quantities of mooring equipment, including:

•Open Link and Stud Link Chain Cable;
•Bridles, including associated swivels and links;
•Shackles, including Kenter and Joining types;
•Sinkers

This Invitation to Tender process addresses the requirements of the GLAs for the next 4 years. The total contract value is estimated to be approximately £2.4m. The total contract length will be a 4 year framework agreement (initial 3 year contract with a 1 year extension). See ITT documentation for further information.       
      II.1.5) Estimated total value:
      Value excluding VAT: 2,400,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: 3
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Chain & Bridle Mooring       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      44540000 - Chain.
      34913800 - Anchors.
      44541000 - Articulated chain.
      44542000 - Parts of chain.
      45262421 - Offshore mooring work.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: To source/manufacture and deliver chain and bridle moorings. Delivery to be made to Swansea and Harwich buoy yards for Trinity House and Oban depot for NLB. The product must be delivered as per the specified delivery conditions. The Supplier to be responsible for the provision of all raw materials and component parts and materials to be used in the production and testing of the moorings. The Supplier must ensure all materials and processes used comply with TH specifications and requested classification. See ITT documentation for further information.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 1,600,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/GADB7YTN7B       
II.2) Description Lot No. 2
      
      II.2.1) Title: Shackles Mooring       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      44540000 - Chain.
      34913800 - Anchors.
      44541000 - Articulated chain.
      44542000 - Parts of chain.
      45262421 - Offshore mooring work.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: To source/manufacture and deliver shackles mooring for buoys, lightvessels and vessels. Delivery to be made to Swansea and Harwich buoy yards for Trinity House and Oban depot for NLB. The product must be delivered as per the specified delivery conditions. The Supplier to be responsible for the provision of all raw materials and component parts and materials to be used in the production and testing of the moorings. The Supplier must ensure all materials and processes used comply with TH specifications and requested classification. See ITT documentation for further information
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 360,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Sinkers - Buoy Mooring       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      44540000 - Chain.
      34913800 - Anchors.
      44541000 - Articulated chain.
      44542000 - Parts of chain.
      45262421 - Offshore mooring work.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: To source/manufacture and deliver sinkers for moorings. Delivery to be made to Swansea and Harwich buoy yards for Trinity House and Oban depot for NLB. The product must be delivered as per the specified delivery conditions. The Supplier to be responsible for the provision of all raw materials and component parts and materials to be used in the production and testing of the moorings. The Supplier must ensure all materials and processes used comply with TH specifications and requested classification. See ITT documentation for further information
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 440,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 03/05/2022 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 03/05/2022
         Time: 14:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: January 2026
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-LONDON:-Chain./GADB7YTN7B

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/GADB7YTN7B
   VI.4) Procedures for review
   VI.4.1) Review body:
             Cabinet Office Public Procurement Review Service
       LONDON, United Kingdom
       Tel. +44 3450103503, Email: publicprocurementreview@cabinetoffice.gov.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 28/03/2022

Annex A



   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      1: Contracting Authority
       Northern Lighthouse Board
       84 George Street, Edinburgh, EH2 3DA, United Kingdom
       Email: etender@trinityhouse.co.uk
       Main Address: www.nlb.org.uk
       NUTS Code: UKM

View any Notice Addenda

View Award Notice