Section one: Contracting authority
one.1) Name and addresses
The Corporation of Trinity House
Tower Hill
London
EC3N 4DH
Contact
Procurement Manager
Telephone
+44 1255245112
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
Buyer's address
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/tenders/UK-UK-London:-Ships-and-boats./A4F4P7VZQJ
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Maritime Navigation
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Trinity House Vessel Replacement Programme
Reference number
T0463
two.1.2) Main CPV code
- 34500000 - Ships and boats
two.1.3) Type of contract
Supplies
two.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.
two.1.5) Estimated total value
Value excluding VAT: £28,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the 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
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £28,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.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.
two.2.10) Information about variants
Variants will be accepted: No
two.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).
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As detailed in the Invitation to Tender documentation.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 247-615533
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 April 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
25 August 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 24 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.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
GO Reference: GO-2021312-PRO-17922443
six.4) Procedures for review
six.4.1) Review body
Trinity House
The Quay
Harwich
CO12 3JW
Country
United Kingdom