Northern Lighthouse Board is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Aids to Navigation Support Vessel Replacement |
Notice type: | Contract 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 on offshore structures including wind turbines, oil and gas rigs •Hydrographic surveying and wreck finding in UK and Irish waters •Lighthouse inspections and transfer of personnel and packaged stores to lighthouses via vessels own workboat designed for rock, beach and slip landings. •Emergency towing operations |
Published: | 19/05/2021 15:32 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Northern Lighthouse Board
84 George Street, Edinburgh, EH2 3DA, United Kingdom
Tel. +44 131473134, 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.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-Edinburgh:-Ships-and-boats./S86S9W53G3
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Edinburgh:-Ships-and-boats./S86S9W53G3 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: 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 on offshore structures including wind turbines, oil and gas rigs
•Hydrographic surveying and wreck finding in UK and Irish waters
•Lighthouse inspections and transfer of personnel and packaged stores to lighthouses via vessels own workboat designed for rock, beach and slip landings.
•Emergency towing operations
II.1.5) Estimated total value:
Value excluding VAT: 30,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKM SCOTLAND
II.2.4) Description of 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 becomes 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 recognized 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 notation shall correspond with Lloyd’s Register’s as follows:
✠100A1, LA, *IWS, ECO,
✠LMC, UMS, Hybrid Power (+), NAV1, IBS, DP (AA), CAC2
Descriptive Note: Buoy & Light Tender, ShipRight ABN (SQ), ShipRight (MCBM), ShipRight CYBER, and ShipRight UWN-L(T10), UWN-L(Q5),
Characteristics of the New Vessel as detailed below:
Length Overall (LOA) max 70.00 m
Breadth, mld. max 16.00 m
Breadth extreme max 16.30 m
Air draught at design draught max 27.00 m
Draught (design)3.40 m @ 14 days endurance
Draught (max design)3.90 m @ 30 days endurance
Draught (scantling)3.95 m
Frame Spacing0.60 m
Full Service Speed14 knots
Light weight1900 tonnes approx.
Transit speed10.5 knots in rough weather up to sea state 6 (5 metres sig wave height)
Eco-speed (normal transit)10.5 knots
Eco-speed (survey work with auto pilot)5 knots
Bollard Pull based on reversed engineeringEstimated 60 tonne
Further information are detailed within the Selection Questionnaire document.
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: 30,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 27/07/2022 / End: 30/09/2024
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 6
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: This is a 2 stage procurement notice using the Competitive Procedure with Negotiation. Tenders should note that in accordance with Regulation 29(19) of the Public Contracts Regulations 2015 the procurement will take place in successive stages in order to reduce the number of
tenders to be negotiated.
The Selection Questionnaire will be assessed following which the highest scoring tenderers will be shortlisted. It is anticipated up to 6 tenderers will be shortlisted. Shortlisted tenderers will be required to submit an initial tender in line with the procurement documentation. Following assessment of initial tenders, the lowest scoring tenderers will be deselected. It is anticipated up to three tenderers will continue in the process with negotiations based on the initial tender prior to submission of final tenders which will be evaluated and ranked to identify the successful tenderer.
II.2.10) Information about variants:
Variants will be accepted: Yes
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/S86S9W53G3
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 NEGOTIATED
IV.1.1) Type of procedure:
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
IV.1.5) Information about negotiation: Yes.
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: No
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: 15/07/2021 Time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 30/09/2021
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): 12
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
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-Edinburgh:-Ships-and-boats./S86S9W53G3
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/S86S9W53G3
VI.4) Procedures for review
VI.4.1) Review body:
Northern Lighthouse Board
84 George Street, Edinburgh, EH2 3DA, United Kingdom
Tel. +44 1314733131
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: 19/05/2021
Annex A
View any Notice Addenda
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Northern Lighthouse Board
84 George Street, Edinburgh, EH2 3DA, United Kingdom
Tel. +44 131473134, Email: procurement@nlb.org.uk
Contact: Colin Brolly
Main Address: https://www.nlb.org.uk
NUTS Code: UKM
Section II: Object (as stated in the original notice)
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 on offshore structures including wind turbines, oil and gas rigs
•Hydrographic surveying and wreck finding in UK and Irish waters
•Lighthouse inspections and transfer of personnel and packaged stores to lighthouses via vessels own workboat designed for rock, beach and slip landings.
•Emergency towing operations
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 05/07/2021
VI.6) Original notice reference:
Notice Reference: 2021 - 307190
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 19/05/2021
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV.2.2
Place of text to be modified: Not provided
Instead of:
Date: 15/07/2021
Local Time: 14:00
Read:
Date: 20/07/2021
Local Time: 14:00
VII.2) Other 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.
Please note that the closing date for returning the selection Questionnaire has been extended to Tuesday 20 July 2021 at 1400 hours. All clarifications must be submitted no later than Wednesday 14 July 2021 at 1400 hours.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Edinburgh:-Ships-and-boats./S86S9W53G3
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/S86S9W53G3