Tender

Futures Afloat

  • The Corporation of Trinity House of Deptford Strond

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-039056

Procurement identifier (OCID): ocds-h6vhtk-055d25

Published 10 July 2025, 4:05pm

Last edited 14 July 2025, 4:05pm

Show all versions Hide all versions


This is an old version of this notice. View the latest version.

Scope

Reference

CM2 (T0533)

Description

The Corporation of Trinity House ("the Authority") is pleased to launch the procurement under its 'Futures Afloat' programme that will deliver two state-of-the-art new build multi-function buoy handling ships.

The Authority is the General Lighthouse Authority for England, Wales, The Channel Islands and Gibraltar pursuant to the Merchant Shipping Act 1995. It maintains lighthouses, Light Vessels and marine buoyage amongst other aids to navigation. The Authority is one of the three General Lighthouse Authorities that provide aids to navigation in the waters around England, Wales, Scotland, the Isle of Man, the island of Ireland, the Channel Islands, and Gibraltar.

Futures Afloat is a project that includes the replacement of Trinity House's ageing multi-functional buoy handling tenders (MFTs). The scope of this procurement includes the design and construction of two identical ships that will replace THV Patricia and THV Galatea.

The Authority's detailed technical requirements are included in the procurement document pack which will become available to potential suppliers via the AWARD system in the coming days. Organisations can self-register on the AWARD system via https://award.commercedecisions.com/trinityhouse/web/login . Trinity House will notify all registered organisations when the procurement pack is available.

The successful supplier will be awarded two contracts (one contract per vessel) to be executed at the same time.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=951207722

Total value (estimated)

  • £193,347,644 excluding VAT
  • £193,347,644 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 October 2026 to 30 September 2031
  • 5 years

Main procurement category

Services

CPV classifications

  • 34500000 - Ships and boats
  • 34510000 - Ships
  • 50241000 - Repair and maintenance services of ships
  • 50245000 - Upgrading services of ships

Participation

Legal and financial capacity conditions of participation

See procurement documents pack - includes financial capacity to perform the contract and confirmation of holding or ability to obtain prior to contract award relevant insurances at the specified levels.

Technical ability conditions of participation

See procurement documents pack - includes ability to demonstrate to a satisfactory standard the technical capability and experience evidenced by examples of previous relevant contracts undertaken.


Submission

Enquiry deadline

22 August 2025, 5:00pm

Submission type

Tenders

Deadline for requests to participate

22 August 2025, 5:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

1 July 2026


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Quality and Price will be assessed using a weighted Value for Money index . See procurement document pack. Quality 82%
Quality and Price will be assessed using a weighted Value for Money index . See procurement document pack. Price 18%

Other information

Description of risks to contract performance

Associated tender documents are found in a procurement documents pack provided on AWARD. At the date of publication of this Tender Notice, this includes a Memorandum of Information, tendering specification and requirements documents, a Procurement Specific Questionnaire, DRAFT contract, and a DRAFT Invitation to Submit Initial Tenders (ISIT). Suppliers are asked to respond to the Procurement Specific Questionnaire.

The ISIT is issued in DRAFT form for suppliers' reference only, and is subject to amendment. Suppliers are NOT required to respond to the ISIT unless instructed to during the course of the procurement.

Further associated tender documents may be published during the course of the procurement, accessible to suppliers via AWARD.

Applicable trade agreements

  • Government Procurement Agreement (GPA)
  • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

The Authority is committed to Transparency, Collaboration and Clarity in its conduct of this competitive flexible procedure.

The procurement will comprise of a conditions of participation phase and a tender phase. Suppliers should respond to the Procurement Specific Questionnaire on AWARD to take part in the conditions of participation phase.

All suppliers who successfully pass the conditions of participation will be invited to submit initial tenders (there is no maximum or minimum number of suppliers). Suppliers will then be invited to negotiate with the Authority on the basis of their initial tender submissions. After the first round of negotiations, suppliers will be invited to submit detailed tenders OR best and final offers, at the Authority's discretion and as further detailed in the Procurement Documents.

The procedure may involve additional negotiation or tender submission stages as the Authority requires. If detailed tenders are invited, the Authority may elect to shortlist suppliers after the submission of detailed tenders and prior to invitations to submit best and final offers. The Authority does not intend to make a contract award on the basis of initial tenders.

The Authority may, in line with the provisions of section 24 of the Procurement Act 2023, exercise its right to refine award criteria as the procurement progresses. The Authority does not consider that the contracts could be appropriately awarded by reference to lots due to the nature and complexity of the contract requirements.

The Authority has carried out preliminary market engagement in relation to this procurement.


Contracting authority

The Corporation of Trinity House of Deptford Strond

  • Public Procurement Organisation Number: PXWM-8968-LPJY

Tower Hill

London

EC3N 4DH

United Kingdom

Contact name: Stakeholder Engagement Lead

Telephone: 01255245000

Email: futuresafloat@trinityhouse.co.uk

Region: UKI31 - Camden and City of London

Organisation type: Public authority - central government