Tender

Offshore Decommissioning and Removal of Royal Sovereign Lighthouse

  • The Corporation of Trinity House

F02: Contract notice

Notice identifier: 2021/S 000-023852

Procurement identifier (OCID): ocds-h6vhtk-029053

Published 24 September 2021, 4:14pm



Section one: Contracting authority

one.1) Name and addresses

The Corporation of Trinity House

TRINITY HOUSE

LONDON

EC3N 4DH

Contact

Procurement Department

Email

etender@trinityhouse.co.uk

Telephone

+44 1255245112

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.trinityhouse.co.uk/

Buyer's address

http://trinityhouse.g2b.info/

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:-Demolition%2C-site-preparation-and-clearance-work./98M2T6ZGFC

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:

https://www.delta-esourcing.com/tenders/UK-UK-LONDON:-Demolition%2C-site-preparation-and-clearance-work./98M2T6ZGFC

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

www.trinityhouse.co.uk

six.4.2) Body responsible for mediation procedures

The Corporation of Trinity House

Tower Hill

London

EC3N 4DH

Country

United Kingdom

Internet address

www.trinityhouse.co.uk

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