Section one: Contracting authority
one.1) Name and addresses
The Corporation of Trinity House
TRINITY HOUSE, Trinity Square, Tower Hill
LONDON
EC3N 4DH
Contact
Christopher Barber
Telephone
+44 1255245098
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Northern Lighthouse Board
84 George Street
Edinburgh
EH2 3DA
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law
This Invitation to Tender is issued by the Corporation of Trinity House on Behalf of Trinity House and The Northern Lighthouse Board
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:-Chain./GADB7YTN7B
Additional information can be obtained from the above-mentioned address
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
T0488 - ITT - FRAMEWORK AGREEMENT FOR THE SUPPLY OF MOORING COMPONENTS FOR THE GENERAL LIGHTHOUSE AUTHORITIES FOR GREAT BRITAIN
Reference number
T0488
two.1.2) Main CPV code
- 44540000 - Chain
two.1.3) Type of contract
Supplies
two.1.4) Short description
In support of their fleets of floating Aids-to-Navigation (AtoNs) and their ongoing statutory duties, the General Lighthouse Authorities for Great Britain (the GLAs) are each users of significant quantities of mooring equipment, including:
•Open Link and Stud Link Chain Cable;
•Bridles, including associated swivels and links;
•Shackles, including Kenter and Joining types;
•Sinkers
This Invitation to Tender process addresses the requirements of the GLAs for the next 4 years. The total contract value is estimated to be approximately £2.4m. The total contract length will be a 4 year framework agreement (initial 3 year contract with a 1 year extension). See ITT documentation for further information.
two.1.5) Estimated total value
Value excluding VAT: £2,400,000
two.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: 3
two.2) Description
two.2.1) Title
Chain & Bridle Mooring
Lot No
1
two.2.2) Additional CPV code(s)
- 44540000 - Chain
- 34913800 - Anchors
- 44541000 - Articulated chain
- 44542000 - Parts of chain
- 45262421 - Offshore mooring work
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
To source/manufacture and deliver chain and bridle moorings. Delivery to be made to Swansea and Harwich buoy yards for Trinity House and Oban depot for NLB. The product must be delivered as per the specified delivery conditions. The Supplier to be responsible for the provision of all raw materials and component parts and materials to be used in the production and testing of the moorings. The Supplier must ensure all materials and processes used comply with TH specifications and requested classification. See ITT documentation for further information.
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: £1,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/GADB7YTN7B
two.2) Description
two.2.1) Title
Shackles Mooring
Lot No
2
two.2.2) Additional CPV code(s)
- 44540000 - Chain
- 34913800 - Anchors
- 44541000 - Articulated chain
- 44542000 - Parts of chain
- 45262421 - Offshore mooring work
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
To source/manufacture and deliver shackles mooring for buoys, lightvessels and vessels. Delivery to be made to Swansea and Harwich buoy yards for Trinity House and Oban depot for NLB. The product must be delivered as per the specified delivery conditions. The Supplier to be responsible for the provision of all raw materials and component parts and materials to be used in the production and testing of the moorings. The Supplier must ensure all materials and processes used comply with TH specifications and requested classification. See ITT documentation for further information
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: £360,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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) Description
two.2.1) Title
Sinkers - Buoy Mooring
Lot No
3
two.2.2) Additional CPV code(s)
- 44540000 - Chain
- 34913800 - Anchors
- 44541000 - Articulated chain
- 44542000 - Parts of chain
- 45262421 - Offshore mooring work
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
To source/manufacture and deliver sinkers for moorings. Delivery to be made to Swansea and Harwich buoy yards for Trinity House and Oban depot for NLB. The product must be delivered as per the specified delivery conditions. The Supplier to be responsible for the provision of all raw materials and component parts and materials to be used in the production and testing of the moorings. The Supplier must ensure all materials and processes used comply with TH specifications and requested classification. See ITT documentation for further information
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: £440,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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
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.2.2) Time limit for receipt of tenders or requests to participate
Date
3 May 2022
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
3 May 2022
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: January 2026
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:-Chain./GADB7YTN7B
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/GADB7YTN7B
GO Reference: GO-2022328-PRO-19870974
six.4) Procedures for review
six.4.1) Review body
Cabinet Office Public Procurement Review Service
LONDON
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom