Northern Lighthouse Board is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Cubicles |
Notice type: | Contract Notice |
Authority: | Northern Lighthouse Board |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | The Northern Lighthouse Board have a requirement for the following cubicles for a period of 4 years. AtoN RTU Monitoring Cubicles, Solar Regulator Cubicles, Auxiliary Battery Solar Regulator Cubicles, Auxiliary Battery Charger – Type 1 Cubicles The requirement is to standardise equipment within the lighthouses which will assist NLB Technicians with the maintenance. Please refer to the tender documents for the full specification and requirements |
Published: | 22/01/2021 17:17 |
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 1314733104, Email: Ruth.Millan@nlb.org.uk
Contact: Ruth Millan
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:-Cubicles./9XAB533ZQP
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: Cubicles
Reference Number: ENPR/CUBI/1666
II.1.2) Main CPV Code:
44211200 - Cubicles.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The Northern Lighthouse Board have a requirement for the following cubicles for a period of 4 years.
AtoN RTU Monitoring Cubicles, Solar Regulator Cubicles, Auxiliary Battery Solar Regulator Cubicles, Auxiliary Battery Charger – Type 1 Cubicles
The requirement is to standardise equipment within the lighthouses which will assist NLB Technicians with the maintenance.
Please refer to the tender documents for the full specification and requirements
II.1.5) Estimated total value:
Value excluding VAT: 317,000
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: Specification of Requirements
The Northern Lighthouse Board have a requirement for the following cubicles for a period of 4 years.
The requirement is to standardise equipment within the lighthouses which will assist NLB Technicians with the maintenance.
AtoN RTU Monitoring Cubicles
The estimated quantity is Thirty Three (33) units. 9 per year for a period of 3 years. Thereafter 6 units in year 4.
The specification is based on the following information; tenderers must highlight any areas that their proposal would not meet.
•Drawings (E-GEN-612 and E-GEN-613)
•Bill of Quantities Drawing (E-GEN-614)
Solar Regulator Cubicles
The estimated quantity is Thirty Six (36) units. 10 per year for a period of 3 years. Thereafter 6 units in year 4.
The specification is based on the following information; tenderers must highlight any areas that their proposal would not meet.
•Drawings (E-GEN-617, E-GEN-618 and E-GEN-620)
•Bill of Quantities Drawing (E-GEN-619)
Auxiliary Battery Solar Regulator Cubicles
The estimated quantity is Eighteen (18) units. 5 per year for a period of 3 years. Thereafter 3 units in year 4.
The specification is based on the following information; tenderers must highlight any areas that their proposal would not meet.
•Drawings (E-GEN-621, E-GEN-622 and E-GEN-624)
•Bill of Quantities Drawing (E-GEN-623)
Auxiliary Battery Charger – Type 1 Cubicles
The estimated quantity is Forty (40) units. 10 per year for a period of 4 years.
The specification is based on the following information; tenderers must highlight any areas that their proposal would not meet.
•Drawings (E-GEN-597, E-GEN-598 and E-GEN-625)
•Bill of Quantities Drawing (E-GEN-599)
Each cubicle shall contain the items shown on the appropriate bill of quantities, mounted on din rail, and wired according to the appropriate wiring diagram. The cubicle will meet the following specifications:
1. The cubicle framework, doors, covers, etc. are to be manufactured from stainless steel type 316.
2. All doors and removable covers are to be fitted with foam rubber jointing or equivalent to form a dust-tight seal.
3. Earth bar with identity strips showing internal and external fittings.
4. External labels are to be permanently fixed to the enclosure and shall be indelible.
5. Internal labels are to be traffolite, black letters on a white background and screwed to the back plate, or an adhesive of sufficient cohesion to be permanent.
6. All components are to be fixed to the backplate using the requisite size of stainless steel screw. Fixing holes should be tapped to facilitate easy removal of the component should this become necessary.
7. Loop connections made by two conductors in one crimped terminal are not acceptable.
8. All cables terminating at wire clamp terminals are to have suitably rated insulated bootlace ferrules.
9. All cables terminating at stud or screw connections are to have suitably rated PIDG, Bootlace Ferule or Solistrand crimped Ring Terminals and be correctly sized for the CSA of the cable.
10. The cubicle is to be lockable. The door hinges shall be hinged on the left hand unless specifically requested otherwise.
Drawings EN-GEN-599, 614, 619 and 623 will also show items that will be free issued by NLB.
NLB will undertake Factory Acceptance Testing and the manufacturer shall make available a suitable power supply for this. The FATs are to be agreed but it is envisaged shall consist of a full point to point check and confirm correct operation of all power convertors and power circuits
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: 317,000
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 - NO
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: 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: 22/02/2021 Time: 14:00
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): 4
IV.2.7) Conditions for opening of tenders:
Date: 22/02/2021
Time: 14:00
Place:
Edinburgh
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 4 to 5 years
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:-Cubicles./9XAB533ZQP
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9XAB533ZQP
VI.4) Procedures for review
VI.4.1) Review body:
Northern Lighthouse Board
84 George Street, Edinburgh, EH2 3DA, United Kingdom
Tel. +44 1314733104
VI.4.2) Body responsible for mediation procedures:
Northern Lighthouse Board
84 George Street, Edinburgh, EH2 3DA, United Kingdom
Tel. +44 1314733104
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:
Northern Lighthouse Board
84 George Street, Edinburgh, EH2 3DA, United Kingdom
Tel. +44 1314733104
VI.5) Date Of Dispatch Of This Notice: 22/01/2021
Annex A
View any Notice Addenda
View Award Notice
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 1314733104, Email: Ruth.Millan@nlb.org.uk
Contact: Ruth Millan
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: Cubicles
Reference number: ENPR/CUBI/1666
II.1.2) Main CPV code:
44211200 - Cubicles.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The Northern Lighthouse Board have a requirement for the following cubicles for a period of 4 years.
AtoN RTU Monitoring Cubicles, Solar Regulator Cubicles, Auxiliary Battery Solar Regulator Cubicles, Auxiliary Battery Charger – Type 1 Cubicles
The requirement is to standardise equipment within the lighthouses which will assist NLB Technicians with the maintenance.
Please refer to the tender documents for the full specification and requirements
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 110,411.54
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: Specification of Requirements
The Northern Lighthouse Board have a requirement for the following cubicles for a period of 4 years.
The requirement is to standardise equipment within the lighthouses which will assist NLB Technicians with the maintenance.
AtoN RTU Monitoring Cubicles
The estimated quantity is Thirty Three (33) units. 9 per year for a period of 3 years. Thereafter 6 units in year 4.
The specification is based on the following information; tenderers must highlight any areas that their proposal would not meet.
•Drawings (E-GEN-612 and E-GEN-613)
•Bill of Quantities Drawing (E-GEN-614)
Solar Regulator Cubicles
The estimated quantity is Thirty Six (36) units. 10 per year for a period of 3 years. Thereafter 6 units in year 4.
The specification is based on the following information; tenderers must highlight any areas that their proposal would not meet.
•Drawings (E-GEN-617, E-GEN-618 and E-GEN-620)
•Bill of Quantities Drawing (E-GEN-619)
Auxiliary Battery Solar Regulator Cubicles
The estimated quantity is Eighteen (18) units. 5 per year for a period of 3 years. Thereafter 3 units in year 4.
The specification is based on the following information; tenderers must highlight any areas that their proposal would not meet.
•Drawings (E-GEN-621, E-GEN-622 and E-GEN-624)
•Bill of Quantities Drawing (E-GEN-623)
Auxiliary Battery Charger – Type 1 Cubicles
The estimated quantity is Forty (40) units. 10 per year for a period of 4 years.
The specification is based on the following information; tenderers must highlight any areas that their proposal would not meet.
•Drawings (E-GEN-597, E-GEN-598 and E-GEN-625)
•Bill of Quantities Drawing (E-GEN-599)
Each cubicle shall contain the items shown on the appropriate bill of quantities, mounted on din rail, and wired according to the appropriate wiring diagram. The cubicle will meet the following specifications:
1. The cubicle framework, doors, covers, etc. are to be manufactured from stainless steel type 316.
2. All doors and removable covers are to be fitted with foam rubber jointing or equivalent to form a dust-tight seal.
3. Earth bar with identity strips showing internal and external fittings.
4. External labels are to be permanently fixed to the enclosure and shall be indelible.
5. Internal labels are to be traffolite, black letters on a white background and screwed to the back plate, or an adhesive of sufficient cohesion to be permanent.
6. All components are to be fixed to the backplate using the requisite size of stainless steel screw. Fixing holes should be tapped to facilitate easy removal of the component should this become necessary.
7. Loop connections made by two conductors in one crimped terminal are not acceptable.
8. All cables terminating at wire clamp terminals are to have suitably rated insulated bootlace ferrules.
9. All cables terminating at stud or screw connections are to have suitably rated PIDG, Bootlace Ferule or Solistrand crimped Ring Terminals and be correctly sized for the CSA of the cable.
10. The cubicle is to be lockable. The door hinges shall be hinged on the left hand unless specifically requested otherwise.
Drawings EN-GEN-599, 614, 619 and 623 will also show items that will be free issued by NLB.
NLB will undertake Factory Acceptance Testing and the manufacturer shall make available a suitable power supply for this. The FATs are to be agreed but it is envisaged shall consist of a full point to point check and confirm correct operation of all power convertors and power circuits
II.2.5) Award criteria:
Not Provided
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: Open
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 000-001397
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: ENPR/CUBI/1666
Lot Number: Not Provided
Title: Cubicles
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 11/08/2021
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)
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: 6
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
JGC Engineering & Technical Services Limited, SC067528
Janestown Industrial Estate, Janestown, Thurso, Caithness, KW14 7XF, United Kingdom
NUTS Code: UKM
The contractor is an SME: Yes
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: 111,411.54
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=618428155
VI.4) Procedures for review
VI.4.1) Review body
Northern Lighthouse Board
84 George Street, Edinburgh, EH2 3DA, United Kingdom
Tel. +44 1314733104
VI.4.2) Body responsible for mediation procedures
Northern Lighthouse Board
84 George Street, Edinburgh, EH2 3DA, United Kingdom
Tel. +44 1314733104
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
Northern Lighthouse Board
84 George Street, Edinburgh, EH2 3DA, United Kingdom
Tel. +44 1314733104
VI.5) Date of dispatch of this notice: 12/08/2021