Northern Lighthouse Board is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Dry Dock Services Framework Agreement |
Notice type: | Contract Notice |
Authority: | Northern Lighthouse Board |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Northern Lighthouse Board (NLB) require dry dock Facilities for NLV Pole Star and NLV Pharos to meet the Classification Society/Flag state requirements and for re-issue of certification. Establishing a single supplier, four year framework agreement, with the option to extend the term for one further, for dry docking surveys. Services will be provided by the dry dock facility, access will be required for NLB staff and appointed contractors. A description of the full requirements are detailed within the tender documents available to download from https://www.delta-esourcing.com. |
Published: | 19/05/2023 17:12 |
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 1314733100, Email: fred.davidson@nlb.org.uk
Contact: Fred Davidson
Main Address: www.nlb.org.uk, Address of the buyer profile: https://nlb.delta-esourcing.com/
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:-Vessel-laying-up-services./74457CXW5B
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-title/JC73B79HVG 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: Dry Dock Services Framework Agreement
Reference Number: OPSH/DDRY/2238
II.1.2) Main CPV Code:
63726500 - Vessel laying-up services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Northern Lighthouse Board (NLB) require dry dock Facilities for NLV Pole Star and NLV Pharos to meet the Classification Society/Flag state requirements and for re-issue of certification. Establishing a single supplier, four year framework agreement, with the option to extend the term for one further, for dry docking surveys. Services will be provided by the dry dock facility, access will be required for NLB staff and appointed contractors. A description of the full requirements are detailed within the tender documents available to download from https://www.delta-esourcing.com.
II.1.5) Estimated total value:
Value excluding VAT: 800,000
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 Northern Lighthouse Board (NLB) require dry dock Facilities for NLV Pole Star and NLV Pharos to meet the Classification Society/Flag state requirements and for re-issue of certification. Establishing a single supplier, four year framework agreement, with the option to extend the term for one further, for dry docking surveys. Estimated timescales are ten (10) days in September 2023 for NLV Pole Star IV Intermediate Survey, ten (10) days in February 2025 for NLV Pole Star IV Special Survey (optional), seventeen (17) days in September 2025 for NLV Pharos Intermediate Survey, seventeen (17) days in February 2027 for NLV Pharos Special Survey, five (5) days in summertime 2027 for NLV Pole Star V. Services will be provided by the dry dock facility, access will be required for NLB staff and appointed contractors. A description of the full requirements are detailed within the tender documents available to download from https://www.delta-esourcing.com.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/09/2023 / End: 31/08/2027
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: Yes
Description of options: Option to extend the framework agreement for one further year from 1st September 2027 to 31st August 2028 should this be required to comply with the survey regime.
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:
Selection criteria as stated in the procurement documents.
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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Availability of Dry Dock facilities including workshops, facilities, cranes etc. from 4th September 2023 to 15th September 2023.
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: Yes
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 a single operator
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: Option to extend the framework agreement for one further year from 1st September 2027 to 31st August 2028 should this be required to comply with the survey regime.
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: 23/06/2023 Time: 17:00
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: 23/06/2023
Time: 17:00
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: Five 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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Edinburgh:-Vessel-laying-up-services./74457CXW5B
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/74457CXW5B
VI.4) Procedures for review
VI.4.1) Review body:
Edinburgh Sheriff Court
27 Chambers Street, Edinburgh, EH1 1LB, United Kingdom
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: 19/05/2023
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 1314733100, Email: fred.davidson@nlb.org.uk
Contact: Fred Davidson
Main Address: www.nlb.org.uk, Address of the buyer profile: https://nlb.delta-esourcing.com/
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: Provision of Aids to Navigation
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Dry Dock Services Framework Agreement
Reference number: OPSH/DDRY/2238
II.1.2) Main CPV code:
63726500 - Vessel laying-up services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Northern Lighthouse Board (NLB) require dry dock Facilities for NLV Pole Star and NLV Pharos to meet the Classification Society Flag state requirements and for re-issue of certification. Establishing a single supplier, four year framework agreement, with the option to extend the term for one further, for dry docking surveys. Services will be provided by the dry dock facility, access will be required for NLB staff and appointed contractors.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,736,715
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: The Northern Lighthouse Board (NLB) require dry dock Facilities for NLV Pole Star and NLV Pharos to meet the Classification Society/Flag state requirements and for re-issue of certification. Establishing a single supplier, four year framework agreement, with the option to extend the term for one further, for dry docking surveys. Estimated timescales are ten (10) days in October 2023 for NLV Pole Star IV Intermediate Survey, ten (10) days in February 2025 for NLV Pole Star IV Special Survey (optional), seventeen (17) days in September 2025 for NLV Pharos Intermediate Survey, seventeen (17) days in February 2027 for NLV Pharos Special Survey, five (5) days in summertime 2027 for NLV Pole Star V. Services will be provided by the dry dock facility, access will be required for NLB staff and appointed contractors.
II.2.5) Award criteria:
Quality criterion - Name: Technical / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 30
II.2.11) Information about options
Options: Yes
Description of these options:Option to extend the framework agreement for a further year to 29th September 2028 should this be required to comply with the survey regime.
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: Yes
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: 2023/S 000-014419
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: OPSH/DDRY/2238
Lot Number: Not Provided
Title: Dry Dock Services Framework Agreement
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 29/09/2023
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Rosyth Royal Dockyard Limited, SC101959
Rosyth Business Park, Rosyth, Dunfermline, KY11 2YD, United Kingdom
NUTS Code: UKM72
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 800,000
Total value of the contract/lot: 1,736,715
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=815310464
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court
27 Chambers Street, Edinburgh, EH1 1LB, United Kingdom
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
Not Provided
VI.5) Date of dispatch of this notice: 11/10/2023