Trinity House is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | T0415 - Framework Agreement for the supply of Photovoltaic Modules (Solar Panels) |
Notice type: | Contract Notice |
Authority: | Trinity House |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | Trinity House are approaching the market with a multi-lot tender for the supply of photovoltaic modules (solar panels). The aim is to establish two or more Framework Agreements, for an initial two year period with an option to extend for a further two years, that primarily for use by Trinity House, but also provide the option for the Northern Lighthouse Board and the Commissioners of Irish Lights to procure solar modules from the successful tenderers against the terms of this agreement. Should a minimum of two not be achievable as a result of this tender process, Trinity House reserve the right to amend this figure by a tolerance of one. There are 8 available lots and tenderers can bid for any applicable lot/s. The access code for this requirement is Q77P6PUD63 and the tenderbox will close at 12:00 on Friday 9th August 2019. |
Published: | 01/07/2019 09:47 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Trinity House
TRINITY HOUSE, LONDON, EC3N 4DH, United Kingdom
Tel. +44 1255245045, Email: etender@trinityhouse.co.uk
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: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: UK
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: http://www.delta-esourcing.com/tenders/UK-title/Q77P6PUD63
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via 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:
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: T0415 - Framework Agreement for the supply of Photovoltaic Modules (Solar Panels)
Reference Number: T0415
II.1.2) Main CPV Code:
09331200 - Solar photovoltaic modules.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Trinity House are approaching the market with a multi-lot tender for the supply of photovoltaic modules (solar panels).
The aim is to establish two or more Framework Agreements, for an initial two year period with an option to extend for a further two years, that primarily for use by Trinity House, but also provide the option for the Northern Lighthouse Board and the Commissioners of Irish Lights to procure solar modules from the successful tenderers against the terms of this agreement. Should a minimum of two not be achievable as a result of this tender process, Trinity House reserve the right to amend this figure by a tolerance of one.
There are 8 available lots and tenderers can bid for any applicable lot/s.
The access code for this requirement is Q77P6PUD63 and the tenderbox will close at 12:00 on Friday 9th August 2019.
II.1.5) Estimated total value:
Value excluding VAT: 400,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Tenderers do not have to quote for all Lots, but must specify in their responses which Lots are being quoted for.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Specification S078 - 40W Solar Modules
Lot No: 1
II.2.2) Additional CPV codes:
09331200 - Solar photovoltaic modules.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: These 12-volt solar photovoltaic (PV) modules are installed on remote, unmanned stations, vessels and buoys in coastal environments to serve as the power supply for marine aids to navigation (AtoN), particularly for use on Type 1 and 2 navigational buoys. These modules are required in a 1m lead or a 2.5m lead variation.
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:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: Optional 2 year extension.
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: Not provided
II.2) Description Lot No. 2
II.2.1) Title: Specification S076 - 70W Solar Modules
Lot No: 2
II.2.2) Additional CPV codes:
09331200 - Solar photovoltaic modules.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: These modules will be installed on remote, unmanned stations, vessels and buoys in coastal environments to serve as the power supply for marine aids to navigation (AtoN). Long-term reliable operation of the equipment at these locations is essential.
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:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: Optional 24 month extension.
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: Not provided
II.2) Description Lot No. 3
II.2.1) Title: Specification S036 – Low Wattage Lighthouse Solar Modules
Lot No: 3
II.2.2) Additional CPV codes:
09331200 - Solar photovoltaic modules.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Modules will be installed on remote, unmanned stations in coastal environments to serve as the power supply for marine aids to navigation (AtoN), primarily rock stations such as Eddystone and Farne Islands.
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:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: Optional 24 month extension.
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: Not provided
II.2) Description Lot No. 4
II.2.1) Title: Specification S038 – High Power Lighthouse Solar Modules
Lot No: 4
II.2.2) Additional CPV codes:
09331200 - Solar photovoltaic modules.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: These modules are used on ground/roof based fixed frames at Lighthouse sites. Despite their fixed nature, extended exposure to salt water spray in an off-shore environment is still present.
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:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: Optional 24 month extension.
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: Not provided
II.2) Description Lot No. 5
II.2.1) Title: Specification S086 – Mid Power Lighthouse Solar Modules
Lot No: 5
II.2.2) Additional CPV codes:
09331200 - Solar photovoltaic modules.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Mid Power Lighthouse Solar Modules. These modules are used on ground/roof based fixed frames at Lighthouse sites with a smaller power demand. Despite their fixed nature, extended exposure to salt water spray in an off-shore environment is still present.
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:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: Optional 24 month extension.
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: Not provided
II.2) Description Lot No. 6
II.2.1) Title: Specification S045 – Type 1 Superstructure Solar Modules
Lot No: 6
II.2.2) Additional CPV codes:
09331200 - Solar photovoltaic modules.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: These modules will be installed on Type 1 modular superstructures, used in coastal environments to serve as the power supply for marine aids to navigation (AtoN). Long-term reliable operation of the equipment at these locations is essential.
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:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: Optional 24 month extension.
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: Not provided
II.2) Description Lot No. 7
II.2.1) Title: Specification S037 – 550 – 50W Marine Solar Modules
Lot No: 7
II.2.2) Additional CPV codes:
09331200 - Solar photovoltaic modules.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: These modules are primarily used on buoys and lightvessels, and sites that are prone to wave wash, such as rock tower lighthouses. Consideration of these locations is important to the design of these modules.
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:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: Optional 24 month extension.
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: Not provided
II.2) Description Lot No. 8
II.2.1) Title: Research and Development
Lot No: 8
II.2.2) Additional CPV codes:
09331200 - Solar photovoltaic modules.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Tenderers should confirm willingness to engage with Trinity House for the provision of ad-hoc research and development (R&D) services in the field of photo-voltaic modules. The research and development aspect relates to future requirements of Trinity House and the willingness of suppliers to support these areas for exploration through product design and development.
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:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: Optional 24 month extension.
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: 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
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
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
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: 09/08/2019 Time: 12:00
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): 12
IV.2.7) Conditions for opening of tenders:
Date: 09/08/2019
Time: 14:00
Place:
Harwich
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
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-LONDON:-Solar-photovoltaic-modules./Q77P6PUD63
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Q77P6PUD63
VI.4) Procedures for review
VI.4.1) Review body:
The Corporation of Trinity House
Tower Hill, London, EC3N 4DH, United Kingdom
Tel. +44 1255245005, Email: etender@trinityhouse.co.uk
Internet address: https://www.trinityhouse.co.uk/
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: 01/07/2019
Annex A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Northern Lighthouse Board
84 George Street, Edinburgh, EH2 3DA, United Kingdom
Tel. +44 1314733100, Email: procurement@nlb.org.uk
Main Address: https://www.nlb.org.uk/, Address of the buyer profile: http://nlb.g2b.info/
NUTS Code: UKM
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
Commissioners of Irish Lights
Harbour Road, Dun Laoghaire, Co. Dublin, Ireland
Email: procurement@irishlights.ie
Main Address: https://www.irishlights.ie/
NUTS Code: IE
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Trinity House
TRINITY HOUSE, LONDON, EC3N 4DH, United Kingdom
Tel. +44 1255245005, Email: etender@trinityhouse.co.uk
Contact: Buyer
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: Yes
In the case of joint procurement involving different countries, state applicable national procurement law: UK
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: General Lighthouse Authority
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: T0415 - Framework Agreement for the supply of Photovoltaic Modules (Solar Panels)
Reference number: T0415
II.1.2) Main CPV code:
09331200 - Solar photovoltaic modules.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Trinity House are approaching the market with a multi-lot tender for the supply of photovoltaic modules (solar panels).
The aim is to establish two or more Framework Agreements, for an initial two year period with an option to extend for a further two years, that primarily for use by Trinity House, but also provide the option for the Northern Lighthouse Board and the Commissioners of Irish Lights to procure solar modules from the successful tenderers against the terms of this agreement. Should a minimum of two not be achievable as a result of this tender process, Trinity House reserve the right to amend this figure by a tolerance of one.
There are 8 available lots and tenderers can bid for any applicable lot/s.
The access code for this requirement is Q77P6PUD63 and the tenderbox will close at 12:00 on Friday 9th August 2019.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 650,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Specification S078 - 40W Solar Modules
Lot No:1
II.2.2) Additional CPV code(s):
09331200 - Solar photovoltaic modules.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: These 12-volt solar photovoltaic (PV) modules are installed on remote, unmanned stations, vessels and buoys in coastal environments to serve as the power supply for marine aids to navigation (AtoN), particularly for use on Type 1 and 2 navigational buoys. These modules are required in a 1m lead or a 2.5m lead variation.
II.2.5) Award criteria:
Quality criterion - Name: Technical Criteria / Weighting: 70
Cost criterion - Name: Commercial Criteria / Weighting: 30
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
II.2) Description (lot no. 2)
II.2.1) Title:Specification S076 - 70W Solar Modules
Lot No:2
II.2.2) Additional CPV code(s):
09331200 - Solar photovoltaic modules.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: These modules will be installed on remote, unmanned stations, vessels and buoys in coastal environments to serve as the power supply for marine aids to navigation (AtoN). Long-term reliable operation of the equipment at these locations is essential.
II.2.5) Award criteria:
Quality criterion - Name: Technical Criteria / Weighting: 70
Cost criterion - Name: Commercial Criteria / Weighting: 30
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
II.2) Description (lot no. 3)
II.2.1) Title:Specification S036 – Low Wattage Lighthouse Solar Modules
Lot No:3
II.2.2) Additional CPV code(s):
09331200 - Solar photovoltaic modules.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Modules will be installed on remote, unmanned stations in coastal environments to serve as the power supply for marine aids to navigation (AtoN), primarily rock stations such as Eddystone and Farne Islands.
II.2.5) Award criteria:
Quality criterion - Name: Technical Criteria / Weighting: 70
Cost criterion - Name: Commercial Criteria / Weighting: 30
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
II.2) Description (lot no. 4)
II.2.1) Title:Specification S038 – High Power Lighthouse Solar Modules
Lot No:4
II.2.2) Additional CPV code(s):
09331200 - Solar photovoltaic modules.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: These modules are used on ground/roof based fixed frames at Lighthouse sites. Despite their fixed nature, extended exposure to salt water spray in an off-shore environment is still present.
II.2.5) Award criteria:
Quality criterion - Name: Technical Crtieria / Weighting: 70
Cost criterion - Name: Commercial Criteria / Weighting: 30
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
II.2) Description (lot no. 5)
II.2.1) Title:Specification S086 – Mid Power Lighthouse Solar Modules
Lot No:5
II.2.2) Additional CPV code(s):
09331200 - Solar photovoltaic modules.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Mid Power Lighthouse Solar Modules. These modules are used on ground/roof based fixed frames at Lighthouse sites with a smaller power demand. Despite their fixed nature, extended exposure to salt water spray in an off-shore environment is still present.
II.2.5) Award criteria:
Quality criterion - Name: Technical Criteria / Weighting: 70
Cost criterion - Name: Commerical Criteria / Weighting: 30
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
II.2) Description (lot no. 6)
II.2.1) Title:Specification S045 – Type 1 Superstructure Solar Modules
Lot No:6
II.2.2) Additional CPV code(s):
09331200 - Solar photovoltaic modules.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: These modules will be installed on Type 1 modular superstructures, used in coastal environments to serve as the power supply for marine aids to navigation (AtoN). Long-term reliable operation of the equipment at these locations is essential.
II.2.5) Award criteria:
Quality criterion - Name: Technical Criteria / Weighting: 70
Cost criterion - Name: Commercial Criteria / Weighting: 30
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
II.2) Description (lot no. 7)
II.2.1) Title:Specification S037 – 550 – 50W Marine Solar Modules
Lot No:7
II.2.2) Additional CPV code(s):
09331200 - Solar photovoltaic modules.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: These modules are primarily used on buoys and lightvessels, and sites that are prone to wave wash, such as rock tower lighthouses. Consideration of these locations is important to the design of these modules.
II.2.5) Award criteria:
Quality criterion - Name: Technical Criteria / Weighting: 70
Cost criterion - Name: Commercial Criteria / Weighting: 30
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
II.2) Description (lot no. 8)
II.2.1) Title:Research and Development
Lot No:8
II.2.2) Additional CPV code(s):
09331200 - Solar photovoltaic modules.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Tenderers should confirm willingness to engage with Trinity House for the provision of ad-hoc research and development (R&D) services in the field of photo-voltaic modules. The research and development aspect relates to future requirements of Trinity House and the willingness of suppliers to support these areas for exploration through product design and development.
II.2.5) Award criteria:
Quality criterion - Name: Technical Criteria / Weighting: 70
Cost criterion - Name: Commercial Criteria / Weighting: 30
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: 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: 2019/S 126-307838
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: C1102
Lot Number: 1
Title: Lot 1, 2, 6 & 7
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 16/01/2020
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4 (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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Beco Energy Ltd, 10683479
The Sustainability Hub, Exeter, EX6 7BE, United Kingdom
NUTS Code: UKK4
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: 150,000
Total value of the contract/lot: 150,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: C1103
Lot Number: 1
Title: Lot 1, 2, 3, 4, 5, 6 & 7
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/02/2020
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4 (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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
GB-Sol Ltd, 04211052
Renewable Energy Works, Building B2, Taffs Fall Road, Treforest Industrial Estate, Pontypridd, CF37 5YB, United Kingdom
NUTS Code: UKL22
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: 150,000
Total value of the contract/lot: 150,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: C1104
Lot Number: 1
Title: Lot 1, 2, 3, 4, 5, 6 & 7
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 16/01/2020
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4 (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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Solar Capture Technologies Ltd, 07893854
PV Technology Centre, Albert Street, Blyth, NE24 1LZ, United Kingdom
NUTS Code: UKC2
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: 150,000
Total value of the contract/lot: 150,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: C1105
Lot Number: 8
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/04/2020
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3 (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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
GB-Sol Ltd, 04211052
Renewable Energy Works, Building B2, Taffs Fall Road, Treforest Industrial Estate, Pontypridd, CF37 5YB, United Kingdom
NUTS Code: UKL22
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: 100,000
Total value of the contract/lot: 100,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.5)
Contract No: C1106
Lot Number: 8
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/04/2020
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3 (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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Solar Capture Technologies Ltd, 07893854
PV Technology Centre, Albert Street, Blyth, NE241LZ, United Kingdom
NUTS Code: UKC2
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: 100,000
Total value of the contract/lot: 100,000
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=476789701
VI.4) Procedures for review
VI.4.1) Review body
The Corporation of Trinity House
Tower Hill, London, EC3N 4DH, United Kingdom
Tel. +44 1255245005, Email: etender@trinityhouse.co.uk
Internet address: https://www.trinityhouse.co.uk/
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: 12/05/2020
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
Northern Lighthouse Board
84 George Street, Edinburgh, EH2 3DA, United Kingdom
Tel. +44 1314733100, Email: procurement@nlb.org.uk
Main Address: https://www.nlb.org.uk/, Address of the buyer profile: http://nlb.g2b.info/
NUTS Code: UKM
2: Contracting Authority
Commissioners of Irish Lights
Harbour Road, Dun Laoghaire, Co. Dublin, Ireland
Email: procurement@irishlights.ie
Main Address: https://www.irishlights.ie/
NUTS Code: IE