Tender

Catamaran mooring buoys and anchor chains

  • Stornoway Port Authority

F02: Contract notice

Notice identifier: 2023/S 000-005110

Procurement identifier (OCID): ocds-h6vhtk-03a712

Published 21 February 2023, 8:40am



Section one: Contracting authority

one.1) Name and addresses

Stornoway Port Authority

Amity House, Esplanade Quay

Stornoway

HS1 2XS

Contact

Brenda Jones

Email

brenda.jones@stornowayport.com

Telephone

+44 1851702688

Country

United Kingdom

NUTS code

UKM64 - Na h-Eileanan Siar (Western Isles)

Internet address(es)

Main address

www.stornowayportauthority.com

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19342

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Other type

Port Authority

one.5) Main activity

Other activity

Port Authority


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Catamaran mooring buoys and anchor chains

two.1.2) Main CPV code

  • 34930000 - Marine equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

Supply of 3 No. catamaran mooring bouys, each with a Safe Working Load of 250 tonnes and associated anchor chains

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM64 - Na h-Eileanan Siar (Western Isles)
Main site or place of performance

Stornoway, Isle of Lewis, UK

two.2.4) Description of the procurement

The Port Authority wishes to purchase 3 No. catamaran mooring buoys and associated anchor chains for its Deep Water Terminal which is currently under construction. The key requirements for the buoys are:

1. Each to have a SWT of 250 tonnes

2. Buoys to remain horizontal at all load and sea states

3. Buoy floats to be constructed from maintenance-free material

The anchor chains must be demonstrably capable of taking a 250 tonne mooring load with appropriate safety factors.

An outline description of the Port Authority's requirements is contained in the Information for Bidders document, available on the Public Contracts Scotland portal. A detailed description of requirements will be issued to short-listed bidders at tender stage.

two.2.5) Award criteria

Quality criterion - Name: Ease of mooring operation / Weighting: 25

Quality criterion - Name: Quality of mooring buoy product / Weighting: 25

Price - Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

5

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

As stated in the Contract Notice

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Bidders may be excluded from the tender shortlist if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.


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

Not applicable

three.1.2) Economic and financial standing

List and brief description of selection criteria

Evidence of sufficient financial standing to undertake the supply contract.

Evidence of suitable insurance or willingness to take out suitable insurance prior to contract award

Minimum level(s) of standards possibly required

Evidence that the bidder is a 'Going Concern' as defined by the International Financial Reporting Standards (IFRS)

Evidence that the bidder has suitable Professional Risk Indemnity, Public Liability, Product Liability and Employer's Liability Insurance

Bidders may be excluded from the tender shortlist if they do not meet the minimum standards.

three.1.3) Technical and professional ability

List and brief description of selection criteria

- Proven ability to supply catamaran mooring buoys and associated anchor chains as described in the Contract Notice.

Responses to this question to be submitted on the template provided.

- Quality Assurance standards

Minimum level(s) of standards possibly required

1. Evidence of at least three completed contracts within the last five years for supply of catamaran mooring buoys which have the following characteristics:

a. Safe Working Load of at least 250 tonnes

b. Mooring buoy remains horizontal during use

c. Floats are made from maintenance-free, UV-resistant, material

d. Buoys are fitted with quick release hooks

e. Buoys are fitted with safety features including guard rails, fender strips, access ladder, marine light & radar reflector, mooring fittings for service boat

2. Evidence of at least three completed contracts within the last five years for the design and supply of anchor chains for catamaran mooring buoys with a Safe Working Load of at least 250 tonnes.

3. For each completed commission, bidders must provide a contact for the customer. The Port Authority will contact the customer to obtain confirmation that the buoy(s) and anchor chains supplied met the contract requirements.

4. A UKAS or equivalent accredited third party certificate of compliance with BS EN ISO 9001 (or equivalent), or documented quality assurance policy and procedures which are to an equivalent scope and standard.

Failure to meet the minimum standards required may result in a bidder excluded from the tender process.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

To be determined at tender stage.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

24 March 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

10 April 2023

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: 1 (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 ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Bidders are responsible for all costs associated with preparation and submission of their pre-qualification submission and, if invited to tender, subsequent tendering costs.

Stornoway Port Authority reserves the right to amend or withdraw this procurement opportunity and shall have no liability to bidders as a result.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=711141.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(SC Ref:711141)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

9 Lewis Street

Stornoway

HS1 2JF

Email

stornoway@scotcourts.gov.uk

Telephone

+44 1851702231

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Scottish Courts

six.4.4) Service from which information about the review procedure may be obtained

Sheriff Court House

7 Lewis Street

Stornoway

HS1 2JF

Email

stornoway@scotcourts.gov.uk

Telephone

+44 851702231

Country

United Kingdom