Trinity House: Trinity House Vessel Replacement Programme

  Trinity House is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Trinity House Vessel Replacement Programme
Notice type: Contract Notice
Authority: Trinity House
Nature of contract: Supplies
Procedure: Negotiated
Short Description: Trinity House is seeking to replace THV PATRICIA. The chosen design is likely be of a similar size to the 2007 built THV GALATEA, but will vary significantly in that it will be more environmentally efficient incorporating Hybrid power concepts. Further to this, it will have a hull form exhibiting motion response and speed loss characteristics designed to enable a response speed of 14 knots to be achievable in 2m head seas without excessive speed loss and motions in more severe conditions. This 14 knot Response Speed is to be viewed in conjunction with a Service Speed (most economical speed) of 10.5 knots. The new vessel will have a draft not exceeding 4.3m to enable it to work from all Trinity House bases. When at anchor, the vessel should be designed such that through appropriate distribution of superstructures and deck houses, the vessel will lie to its anchor without assistance from propulsion systems. The vessel will be Dynamically Positioned to DP2 standard.
Published: 12/03/2021 12:22
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-London: Ships and boats.
Section I: Contracting Authority
      I.1) Name and addresses
             The Corporation of Trinity House
             Tower Hill, London, EC3N 4DH, United Kingdom
             Tel. +44 1255245112, Email: etender@trinityhouse.co.uk
             Contact: Procurement Manager
             Main Address: 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:-Ships-and-boats./A4F4P7VZQJ
      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-London:-Ships-and-boats./A4F4P7VZQJ 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: Trinity House Vessel Replacement Programme       
      Reference Number: T0463
      II.1.2) Main CPV Code:
      34500000 - Ships and boats.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: Trinity House is seeking to replace THV PATRICIA. The chosen design is likely be of a similar size to the 2007 built THV GALATEA, but will vary significantly in that it will be more environmentally efficient incorporating Hybrid power concepts. Further to this, it will have a hull form exhibiting motion response and speed loss characteristics designed to enable a response speed of 14 knots to be achievable in 2m head seas without excessive speed loss and motions in more severe conditions. This 14 knot Response Speed is to be viewed in conjunction with a Service Speed (most economical speed) of 10.5 knots. The new vessel will have a draft not exceeding 4.3m to enable it to work from all Trinity House bases. When at anchor, the vessel should be designed such that through appropriate distribution of superstructures and deck houses, the vessel will lie to its anchor without assistance from propulsion systems. The vessel will be Dynamically Positioned to DP2 standard.       
      II.1.5) Estimated total value:
      Value excluding VAT: 28,000,000       
      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:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Full detail of the requirements and performance criteria will be released with the Invitation to Tender (ITT). The ITT will be in the form of a design and build tender.
This procurement will follow a Competitive Procedure with Negotiation.

To confirm your interest in this tender process, please register via https://www.delta-esourcing.com/respond/AK6DUMU7A5 or email etender@trinityhouse.co.uk
      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: 28,000,000       
      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: 3
             
      Objective criteria for choosing the limited number of candidates: Further information regarding the selection process will be provided in the Instructions and Information for potential tenderers. This will accompany the associated Selection Questionnaire.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The process will allow for negotiation stages which will focus on some areas of the specification where proposals may be made by the tendering parties. Clarity of the elements of the supply where negotiation will be enabled will be provided in the Invitation to Tender documentation.

Due to the objective of the negotiation procedure, Trinity House estimates the value of this contract to be between 28,000,000 and 36,000,000 (GBP).
      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:          
      As detailed in the Instructions and Information for Tenderers which will accompany the Selection Questionnaire 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 in 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 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: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: 2020/S 247 - 615533       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 26/04/2021 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 25/08/2021       
      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): 24
      
      

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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Ships-and-boats./A4F4P7VZQJ

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/A4F4P7VZQJ
   VI.4) Procedures for review
   VI.4.1) Review body:
             Trinity House
       The Quay, Harwich, CO12 3JW, 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: 12/03/2021

Annex A


View any Notice Addenda

Trinity House Vessel Replacement Programme

UK-London: Ships and boats.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       The Corporation of Trinity House
       Tower Hill, London, EC3N 4DH, United Kingdom
       Tel. +44 1255245112, Email: etender@trinityhouse.co.uk
       Contact: Procurement Manager
       Main Address: www.trinityhouse.co.uk, Address of the buyer profile: http://trinityhouse.g2b.info/
       NUTS Code: UK

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Trinity House Vessel Replacement Programme      Reference number: T0463      
   II.1.2) Main CPV code:
      34500000 - Ships and boats.
   
   II.1.3) Type of contract: SUPPLIES   
   II.1.4) Short Description: Trinity House is seeking to replace THV PATRICIA. The chosen design is likely be of a similar size to the 2007 built THV GALATEA, but will vary significantly in that it will be more environmentally efficient incorporating Hybrid power concepts. Further to this, it will have a hull form exhibiting motion response and speed loss characteristics designed to enable a response speed of 14 knots to be achievable in 2m head seas without excessive speed loss and motions in more severe conditions. This 14 knot Response Speed is to be viewed in conjunction with a Service Speed (most economical speed) of 10.5 knots. The new vessel will have a draft not exceeding 4.3m to enable it to work from all Trinity House bases. When at anchor, the vessel should be designed such that through appropriate distribution of superstructures and deck houses, the vessel will lie to its anchor without assistance from propulsion systems. The vessel will be Dynamically Positioned to DP2 standard.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 23/04/2021

VI.6) Original notice reference:

   Notice Reference:    2021 - 279215   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 12/03/2021

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: IV.2.2 Time LImit          
         Instead of:
         Date: 26/04/2021         
         Local Time: 12:00          
         Read:
         Date: 29/04/2021         
         Local Time: 12:00                   
   
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Ships-and-boats./A4F4P7VZQJ

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/A4F4P7VZQJ


View Award Notice

UK-London: Ships and boats.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       The Corporation of Trinity House
       Tower Hill, London, EC3N 4DH, United Kingdom
       Tel. +44 1255245112, Email: etender@trinityhouse.co.uk
       Contact: Procurement Manager
       Main Address: 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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Other activity: Maritime Navigation

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Trinity House Vessel Replacement Programme            
      Reference number: T0463

      II.1.2) Main CPV code:
         34500000 - Ships and boats.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: Trinity House was seeking to replace THV PATRICIA. The chosen design is likely be of a similar size to the 2007 built THV GALATEA, but will vary significantly in that it will be more environmentally efficient incorporating Hybrid power concepts. For Further details, see Contract Notice

      II.1.6) Information about lots
         This contract is divided into lots: No
         
            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      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: Full detail of the requirements and performance criteria was released with the Invitation to Tender (ITT). This procurement followed a Competitive Procedure with Negotiation.

      II.2.5) Award criteria:
      Quality criterion - Name: Qualitative / Weighting: 60
      Quality criterion - Name: Added Value / Weighting: 10
                  
      Cost criterion - Name: Quantitative / Weighting: 30
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:The process allowed for negotiation stages which focused on some areas of the specification where proposals could be made by the tendering parties.

      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: Competitive procedure with negotiation


   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: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 247-615533
      
   

   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: Yes

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      

Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://trinityhouse.delta-esourcing.com/delta/viewNotice.html?noticeId=782899585

   VI.4) Procedures for review

      VI.4.1) Review body
          Trinity House
          The Quay, Harwich, CO12 3JW, 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: 23/05/2023