Tender

Trinity House Vessel Replacement Programme

  • The Corporation of Trinity House

F02: Contract notice

Notice identifier: 2021/S 000-005070

Procurement identifier (OCID): ocds-h6vhtk-029b3f

Published 12 March 2021, 2:24pm



Section one: Contracting authority

one.1) Name and addresses

The Corporation of Trinity House

Tower Hill

London

EC3N 4DH

Contact

Procurement Manager

Email

etender@trinityhouse.co.uk

Telephone

+44 1255245112

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

www.trinityhouse.co.uk

Buyer's address

http://trinityhouse.g2b.info/

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