Tender

THE SUPPLY OF MOORING COMPONENTS

  • Northern Lighthouse Board

F02: Contract notice

Notice identifier: 2021/S 000-026948

Procurement identifier (OCID): ocds-h6vhtk-02f0b1

Published 27 October 2021, 4:14pm



Section one: Contracting authority

one.1) Name and addresses

Northern Lighthouse Board

84 George Street

Edinburgh

EH2 3DA

Contact

Steven Carvel

Email

procurement@nlb.org.uk

Telephone

+44 1314733178

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/delta/buyers/select/viewListStatus.html?id=619371360

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

Aids to Navigation


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

THE SUPPLY OF MOORING COMPONENTS

Reference number

OPDE/MOOR/2155

two.1.2) Main CPV code

  • 44540000 - Chain

two.1.3) Type of contract

Supplies

two.1.4) Short description

In support of NLB’s fleets of floating Aids-to-Navigation (AtoNs) and their ongoing statutory duties, NLB use significant quantities of mooring equipment

The majority of mooring components will be used in the deployment of navigational buoyage. Navigational buoys serve as markers for navigation in many of the channels, coastal regions and seaways of the United Kingdom and Ireland. NLB service these out of Oban and currently have circa 200 buoys within their waters.

This Invitation to Tender process addresses the interim requirements for NLB until another collaborative GLA procurement for mooring-related components is put in place. This requirement covers an eighteen month period to bridge the gap before a joint GLA procurement is established.

Requirements are for 4 sizes of chain (19mm to 38mm) supplied in 100metre lengths. Forelock and clenching shackles and 5 tonne Sinkers.

All components must comply with Lloyds Rules ISO 1704

Material Requirement : U3 to Lloyds Rules.

two.1.5) Estimated total value

Value excluding VAT: £207,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 44542000 - Parts of chain
  • 34930000 - Marine equipment

two.2.3) Place of performance

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

SCOTLAND

two.2.4) Description of the procurement

In support of NLB’s fleets of floating Aids-to-Navigation (AtoNs) and their ongoing statutory duties, NLB use significant quantities of mooring equipment

The majority of mooring components will be used in the deployment of navigational buoyage. Navigational buoys serve as markers for navigation in many of the channels, coastal regions and seaways of the United Kingdom and Ireland. NLB service these out of Oban and currently have circa 200 buoys within their waters.

This Invitation to Tender process addresses the interim requirements for NLB until another collaborative GLA procurement for mooring-related components is put in place. This requirement covers an eighteen month period to bridge the gap before a joint GLA procurement is established.

Product Requirements

DescriptionQuantity

CHAIN - 19MM OPEN LINK – METRE*300

CHAIN - 26MM OPEN LINK – METRE*400

CHAIN - 32 MM OPEN LINK – METRE*500

CHAIN - 38 MM OPEN LINK – METRE*1,500

SHACKLES FORELOCK TO SUIT 38-42MM CHAIN400

SHACKLE - CLENCHING - TO SUIT 38-42MM CHAIN200

SINKER - 5 TONNE5

*Supplied in 100m lengths

Material Specification Requirements (as detailed in Appendix A)

Where called for all chain and shackles shall conform to the recommendations

of the following international and British Standards:

Lloyds Rules

ISO 1704

MATERIAL

U3 to Lloyds Rules

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: £207,000

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

Duration in months

6

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/EP2N2F7SVQ


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

Where called for all chain and shackles shall conform to the recommendations

of the following international and British Standards:

Lloyds Rules

ISO 1704

MATERIAL

U3 to Lloyds Rules

Stud Material

Conforming to Lloyds Rules, Part 2, Chapter 10, Section 2.5.

HEAT TREATMENT

To be in accordance with, and meet the requirements of, Lloyds Rules Part 2,

Chapter 10, Section 2.7.

A Thermal history report shall be produced for each batch.

Each item shall be heat treated a maximum of only three times.

Specification No. S008 TH – MFA - Moorings – Technical Specification

MANUFACTURE - CHAIN

Form

The form will be as specified in ISO 1704. Links to be flash butt-welded, with

all surplus weld material removed.

Dimensions and tolerances

Conforming to Lloyds Rules, Part 2, Chapter 10, Section 2.15.

5.3 Welding of Studs

Conforming to Lloyds Rules, Part 2, Chapter 10, Section 2.6.

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.1.8) 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

26 November 2021

Local time

2:00pm

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

Tender must be valid until: 31 December 2021

four.2.7) Conditions for opening of tenders

Date

26 November 2021

Local time

2:00pm

Place

Edinburgh


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: A joint General Lighthouse Authority tender will be started early in 2022

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:-Chain./EP2N2F7SVQ

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/EP2N2F7SVQ

GO Reference: GO-20211027-PRO-19143649

six.4) Procedures for review

six.4.1) Review body

Northern Lighthouse Board

84 George Street

Edinburgh

EH2 3DA

Email

procurement@nlb.org.uk

Telephone

+44 1314733178

Country

United Kingdom

Internet address

www.nlb.org.uk