Trinity House is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Offshore Decommissioning and Removal of Royal Sovereign Lighthouse |
Notice type: | Contract Notice |
Authority: | Trinity House |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | The Royal Sovereign Lighthouse is coming to the end of its serviceable life. This offshore structure is located in the English Channel, approximately 7nM due east of Beachy Head. In 2021, a Prior Information Notice (PIN) was published to notify the market of the future tender opportunity for the decommissioning, removal and disposal of the Royal Sovereign Lighthouse. The publication of this Contract Notice (CN) advertises the invitation for potential tenderers to participate in the Selection Questionnaire stage of this tender process. |
Published: | 24/09/2021 14:39 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The Corporation of Trinity House
TRINITY HOUSE, LONDON, EC3N 4DH, United Kingdom
Tel. +44 1255245112, Email: etender@trinityhouse.co.uk
Contact: Procurement Department
Main Address: https://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: 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-LONDON:-Demolition%2C-site-preparation-and-clearance-work./98M2T6ZGFC
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com 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: Offshore Decommissioning and Removal of Royal Sovereign Lighthouse
Reference Number: T0389
II.1.2) Main CPV Code:
45111000 - Demolition, site preparation and clearance work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The Royal Sovereign Lighthouse is coming to the end of its serviceable life. This offshore structure is located in the English Channel, approximately 7nM due east of Beachy Head.
In 2021, a Prior Information Notice (PIN) was published to notify the market of the future tender opportunity for the decommissioning, removal and disposal of the Royal Sovereign Lighthouse. The publication of this Contract Notice (CN) advertises the invitation for potential tenderers to participate in the Selection Questionnaire stage of this tender process.
II.1.5) Estimated total value:
Value excluding VAT: 6,000,000
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:
UKJ21 Brighton and Hove
II.2.4) Description of procurement: The technical solution sought from this procurement will be the safe, compliant to applicable laws and other relevant regulations, decommissioning, removal and disposal of elements of the Royal Sovereign Lighthouse currently deemed to be structurally at risk. We consider these to be the upper platform (topsides) and the tubular column. The sub-sea base is to remain on the seabed for the foreseeable future. There will likely be, a 2 to 3 year performance window to complete the works.
The Scope of Procurement is to appoint an experienced, cost-effective contractor to deliver the technical solution, including provision of all required resources and the disposal of all generated waste in compliance with relevant laws and regulations.
Full detail of the requirements and performance criteria will be released with the Invitation to Tender (ITT) which will be in the form of a restricted tender process. Tendering organisations must pre-qualify and reach the shortlist requirements to view the ITT.
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: 6,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
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
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Options for safe removal will be invited through the Invitation to Tender documentation.
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: Background information is provided in the Selection Questionnaire documentation. The estimated value of the Contract is between £3,500,000 and £8,500,000. The estimated total value published on this Contract Notice indicates the midpoint of the range.
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:
As detailed within the Invitation to Tender documentation.
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
As detailed within the Invitation to Tender documentation.
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 RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - 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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2021/S 000 - 002284
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 25/10/2021 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 10/01/2022
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): 6
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 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.
This requirement does not lend itself to sub-division into Lots.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-LONDON:-Demolition%2C-site-preparation-and-clearance-work./98M2T6ZGFC
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/98M2T6ZGFC
VI.4) Procedures for review
VI.4.1) Review body:
The Corporation of Trinity House
Tower Hill, London, EC3N 4DH, United Kingdom
Internet address: www.trinityhouse.co.uk
VI.4.2) Body responsible for mediation procedures:
The Corporation of Trinity House
Tower Hill, London, EC3N 4DH, United Kingdom
Internet address: www.trinityhouse.co.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with Chapter 6 of the Public Contracts Regulations 2015 (as amended).
VI.4.4) Service from which information about the lodging of appeals may be obtained:
HM Courts and Tribunals Service
Technology & Construction Court, 7 Rolls Buildings, Fetter Lane, London, EC4A 1NL, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 24/09/2021
Annex A