Tender

Aids to Navigation Support Vessel Replacement

  • Northern Lighthouse Board

F02: Contract notice

Notice identifier: 2021/S 000-011111

Procurement identifier (OCID): ocds-h6vhtk-02b2d8

Published 19 May 2021, 4:25pm



Section one: Contracting authority

one.1) Name and addresses

Northern Lighthouse Board

84 George Street

Edinburgh

EH2 3DA

Contact

Colin Brolly

Email

procurement@nlb.org.uk

Telephone

+44 131473134

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

https://www.nlb.org.uk

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-Edinburgh:-Ships-and-boats./S86S9W53G3

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-Edinburgh:-Ships-and-boats./S86S9W53G3

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

Provision of Aids to Navigation


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Aids to Navigation Support Vessel Replacement

Reference number

OPSH/NBMT/2126

two.1.2) Main CPV code

  • 34500000 - Ships and boats

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Vessel shall be built as a DP buoy-laying/servicing vessel capable of carrying out:

•Buoy work

•Inspection of navigation aids on offshore structures including wind turbines, oil and gas rigs

•Hydrographic surveying and wreck finding in UK and Irish waters

•Lighthouse inspections and transfer of personnel and packaged stores to lighthouses via vessels own workboat designed for rock, beach and slip landings.

•Emergency towing operations

two.1.5) Estimated total value

Value excluding VAT: £30,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

SCOTLAND

two.2.4) Description of the procurement

The vessel shall be able to incorporate an ROV and AUV launching and recovery unit with associated equipment containers. The materials for - construction of- and components for the Vessel shall be selected according to best shipbuilding practices for an expected lifetime of the Vessel being not less than 25 years and to meet the highest environmental standards.

The sailing profile shows operations from a few hours up to 30 days at sea where sea conditions frequently becomes very rough. The vessel and its equipment, tank capacities etc. shall be designed for this sailing profile, with focus on safety and best possible sea keeping performance.

The Vessel shall be designed, constructed and supervised by a European and IACS recognized classification society in accordance with their rules and regulations for the classification of ships in force at the date of signing the contract between the Buyer and Builder, including corrigenda and amendments as included in notices or similar.

The notation shall correspond with Lloyd’s Register’s as follows:

✠100A1, LA, *IWS, ECO,

✠LMC, UMS, Hybrid Power (+), NAV1, IBS, DP (AA), CAC2

Descriptive Note: Buoy & Light Tender, ShipRight ABN (SQ), ShipRight (MCBM), ShipRight CYBER, and ShipRight UWN-L(T10), UWN-L(Q5),

Characteristics of the New Vessel as detailed below:

Length Overall (LOA) max 70.00 m

Breadth, mld. max 16.00 m

Breadth extreme max 16.30 m

Air draught at design draught max 27.00 m

Draught (design)3.40 m @ 14 days endurance

Draught (max design)3.90 m @ 30 days endurance

Draught (scantling)3.95 m

Frame Spacing0.60 m

Full Service Speed14 knots

Light weight1900 tonnes approx.

Transit speed10.5 knots in rough weather up to sea state 6 (5 metres sig wave height)

Eco-speed (normal transit)10.5 knots

Eco-speed (survey work with auto pilot)5 knots

Bollard Pull based on reversed engineeringEstimated 60 tonne

Further information are detailed within the Selection Questionnaire document.

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: £30,000,000

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

Start date

27 July 2022

End date

30 September 2024

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: 6

Maximum number: 8

Objective criteria for choosing the limited number of candidates:

This is a 2 stage procurement notice using the Competitive Procedure with Negotiation. Tenders should note that in accordance with Regulation 29(19) of the Public Contracts Regulations 2015 the procurement will take place in successive stages in order to reduce the number of

tenders to be negotiated.

The Selection Questionnaire will be assessed following which the highest scoring tenderers will be shortlisted. It is anticipated up to 6 tenderers will be shortlisted. Shortlisted tenderers will be required to submit an initial tender in line with the procurement documentation. Following assessment of initial tenders, the lowest scoring tenderers will be deselected. It is anticipated up to three tenderers will continue in the process with negotiations based on the initial tender prior to submission of final tenders which will be evaluated and ranked to identify the successful tenderer.

two.2.10) Information about variants

Variants will be accepted: Yes

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/S86S9W53G3


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

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: No

four.2) Administrative information

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

Date

15 July 2021

Local time

2:00pm

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

30 September 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: 12 (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

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-Edinburgh:-Ships-and-boats./S86S9W53G3

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/S86S9W53G3

GO Reference: GO-2021519-PRO-18266559

six.4) Procedures for review

six.4.1) Review body

Northern Lighthouse Board

84 George Street

Edinburgh

EH2 3DA

Telephone

+44 1314733131

Country

United Kingdom