Section one: Contracting authority
one.1) Name and addresses
Northern Lighthouse Board
84 George Street
Edinburgh
EH2 3DA
Contact
Colin Brolly
Telephone
+44 131473134
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main 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-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