Northern Lighthouse Board : Aids to Navigation Support Vessel Replacement

  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
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-Edinburgh: Ships and boats.
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

UK-Edinburgh: Ships and boats.

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


View Award Notice