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 |
View Full Notice
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