Section one: Contracting authority
one.1) Name and addresses
The Corporation of Trinity House
TRINITY HOUSE
LONDON
EC3N 4DH
Contact
Procurement Department
Telephone
+44 1255245112
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.trinityhouse.co.uk/
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
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 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
General Lighthouse Authority
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Offshore Decommissioning and Removal of Royal Sovereign Lighthouse
Reference number
T0389
two.1.2) Main CPV code
- 45111000 - Demolition, site preparation and clearance work
two.1.3) Type of contract
Works
two.1.4) Short description
The Royal Sovereign Lighthouse is coming to the end of its serviceable life. This offshore structure is located in the English Channel, approximately 7nM due east of Beachy Head.
In 2021, a Prior Information Notice (PIN) was published to notify the market of the future tender opportunity for the decommissioning, removal and disposal of the Royal Sovereign Lighthouse. The publication of this Contract Notice (CN) advertises the invitation for potential tenderers to participate in the Selection Questionnaire stage of this tender process.
two.1.5) Estimated total value
Value excluding VAT: £6,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ21 - Brighton and Hove
Main site or place of performance
Brighton and Hove
two.2.4) Description of the procurement
The technical solution sought from this procurement will be the safe, compliant to applicable laws and other relevant regulations, decommissioning, removal and disposal of elements of the Royal Sovereign Lighthouse currently deemed to be structurally at risk. We consider these to be the upper platform (topsides) and the tubular column. The sub-sea base is to remain on the seabed for the foreseeable future. There will likely be, a 2 to 3 year performance window to complete the works.
The Scope of Procurement is to appoint an experienced, cost-effective contractor to deliver the technical solution, including provision of all required resources and the disposal of all generated waste in compliance with relevant laws and regulations.
Full detail of the requirements and performance criteria will be released with the Invitation to Tender (ITT) which will be in the form of a restricted tender process. Tendering organisations must pre-qualify and reach the shortlist requirements to view the ITT.
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: £6,000,000
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: 6
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Options for safe removal will be invited through the Invitation to Tender documentation.
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
Background information is provided in the Selection Questionnaire documentation. The estimated value of the Contract is between £3,500,000 and £8,500,000. The estimated total value published on this Contract Notice indicates the midpoint of the range.
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 within the Invitation to Tender 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 within the Invitation to Tender documentation.
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: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-002284
four.2.2) Time limit for receipt of tenders or requests to participate
Date
25 October 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
10 January 2022
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: 6 (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.
This requirement does not lend itself to sub-division into Lots.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/98M2T6ZGFC
GO Reference: GO-2021924-PRO-18966688
six.4) Procedures for review
six.4.1) Review body
The Corporation of Trinity House
Tower Hill
London
EC3N 4DH
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
The Corporation of Trinity House
Tower Hill
London
EC3N 4DH
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with Chapter 6 of the Public Contracts Regulations 2015 (as amended).
six.4.4) Service from which information about the review procedure may be obtained
HM Courts and Tribunals Service
Technology & Construction Court, 7 Rolls Buildings, Fetter Lane
London
EC4A 1NL
Country
United Kingdom