Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Welsh Government
Corporate Procurement Services, Cathays Park
Cardiff
CF10 3NQ
UK
Telephone: +44 3000628864
E-mail: alun.richards@wales.gsi.gov.uk
NUTS: UKL
Internet address(es)
Main address: http://wales.gov.uk/?skip=1&lang=en
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Replacement of Welsh Government Fisheries Enforcement Vessels
II.1.2) Main CPV code
34500000
II.1.3) Type of contract
Services
II.1.4) Short description
The Welsh Government is seeking a fleet of three vessels to be used throughout the Welsh Zone including the St George’s Channel and Celtic Deep as well as inshore and intertidal waters. The three vessels envisaged will include a vessel not exceeding the 24m loadline length of the MCA Workboat Code designated Southern Fisheries Patrol Vessel SFPV, a vessel of no greater than 19m length overall designated Northern Fisheries Patrol Vessel NFPV, and a Cabin RIB of about 12m overall length designated C-RIB.
II.1.5) Estimated total value
Value excluding VAT:
6 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 3 lots
II.2) Description
Lot No: 1
II.2.1) Title
Southern Fisheries Patrol Vessel (SFPV)
II.2.2) Additional CPV code(s)
34511100
34510000
34500000
34512000
34521000
34521100
98360000
98362100
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
The build process may take place in the successful contractor's own dockyard, or at a nominated location as agreed by the Client.
II.2.4) Description of the procurement
The SFPV vessel shall be used in the Welsh Zone but shall be capable of operating, in co-operation with the UK Royal Navy and other EU forces. Predominant area of operations will be the South, South-West and West of Wales with patrols extending out into the Celtic Deep including St George’s Channel. Being a year round activity, there will be unavoidable periods of very severe weather. The primary task for this vessel is to carry out patrol and boarding duties. The patrol and enforcement work would need to take account of weather conditions by planning, both in respect of the capability of the vessel on station but also with respect to RIB boarding possibilities.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
3 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 18
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The Client reserves the right to purchase additional parts and maintenance services as required to ensure successful delivery, handover and running of the vessel. These must be included in bidders' commercial offerings to be provided at ITT stage.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The SFPV shall enforce fisheries and environmental legislation year round for monitoring and prevention of illegal fishing, recover, inspect, stow static and mobile fishing gears to include pots, drift nets, trawl nets; operate a 6.5m RIB (Rigid Inflatable Boat) with a maximum of four (4) officers in Sea State 3-4,tow vessels up to a similar size.
Lot No: 2
II.2.1) Title
Northern Fisheries Patrol Vessel (NFPV)
II.2.2) Additional CPV code(s)
34511100
34500000
34510000
34512000
34521000
34521100
98360000
98362100
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
The build process may take place in the successful contractor's own dockyard, or at a nominated location as agreed by the Client.
II.2.4) Description of the procurement
The NFPV will be used in the Welsh Zone but capable of operating, in co-operation with the UK Royal Navy and other EU forces. Predominant area of operations will be the North, North-West and West of Wales. Operation in the South West including the Celtic Deep is to be possible. Primary task of the vessel is to carry out patrol and boarding duties via a RIB. Other tasks will include intertidal fisheries, scientific, enforcement work around the coast of Wales. For intertidal work the vessel shall be able to proceed into shallow water and take the ground (predominantly soft sand). The vessel will refloat without damage once the tide returns. Power for operations, including ATV launch and recovery is required whilst the vessel is dry.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
2 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 18
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The Client reserves the right to purchase additional parts and maintenance services as required to ensure successful delivery, handover and running of the vessel. These must be included in bidders' commercial offerings to be provided at ITT stage.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Conduct enforcement tasks year round for monitoring and prevention of illegal fishing: recover, inspect, stow static and mobile fishing gears to include pots, drift nets, trawl nets; operate a 5m RIB (Rigid Inflatable Boat) with maximum of 3 officers in sea state 3. Tow vessels of a similar size. Beach and operate in sheltered intertidal regions for a period of tide. Deploy up to two ATVs.
Lot No: 3
II.2.1) Title
Cabin RIB (CRIB)
II.2.2) Additional CPV code(s)
34511100
98362100
98360000
34521100
34521000
34512000
34510000
34500000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
The build process may take place in the successful contractor's own dockyard, or at a nominated location as agreed by the Client.
II.2.4) Description of the procurement
The C-RIB shall be used in the Welsh Zone but shall be capable of operating, in co-operation with the UK Royal Navy and other EU forces.Predominant area of operations will be around Aberystwyth in inshore waters 0-12nm and operating typically no further than 20nm offshore but capable of operating up to 60nm from a safe haven in line with Cat 2 coding, providing sustained autonomous operations up to one complete day, albeit refuelling after a journey of approximately 200nm may be undertaken.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
1 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 9
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The Client reserves the right to purchase additional parts and maintenance services as required to ensure successful delivery, handover and running of the vessel. These must be included in bidders' commercial offerings to be provided at ITT stage.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
C-RIB will undertake enforcement tasks year round for monitoring and prevention of illegal fishing: recover, inspect, stow static and mobile fishing gears to include pots, drift nets, trawl nets (limited basis). In Sea States up to 3, go alongside, board active fishing vessels (4-30m in length), recover 2 officers to carry out inspections. Tow vessels of a similar size.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2016/S 073-126943
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
27/06/2016
Local time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
15/08/2016
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
In addition to the Enforcement tasks the SFPV and NFPV vessels shall have capability to carry out Ancillary tasks as fisheries research, monitoring and scientific data collection involving survey and scientific duties deploying towed or fixed sensors. Most are slow speed duties with operational speeds between 1-6 knots. Typical tasks are: Multi-beam, Side scan sonar, Camerawork, Sampling, Dredging,Scientific trawl, Pot-hauling, Laboratory facilities and Intertidal survey work (NFPV only).
(WA Ref:45721)
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
-Environmental Measure, such as reduction of waste to landfill and carbon footprint during the build and delivery process for example.
-Supply chain opportunities, namely use of the Sell2Wales sub-contracting portal to open up opportunities wherever possible, and use of meet the buyer events, local media and trade bodies to encourage companies to bid for your business as part of the contract.
-Training and recruitment opportunities for the economically inactive/ disadvantaged groups, including Worklessness (Welsh Government Lift Programme), and/or graduates, under graduates placements and/or trainees, and/or apprenticeships etc.
Bidders should consider opportunities for recruiting and training the above groups as part of the workforce delivering this contract / agreement.
-Apprenticeships
-Work experience/placements
-Retention and training for the existing workforce
-Promotion of Environmental Benefits
-Promotion of Social Businesses
-Contributions to Education, Numeracy, Literacy and STEM subjects (Science, Technology, Engineering and Maths subjects)
VI.4) Procedures for review
VI.4.1) Review body
Welsh Government
Corporate Procurement Services, Cathays Park
Cardiff
CF10 3NQ
UK
Telephone: +44 3000628864
Internet address(es)
URL: http://wales.gov.uk/?skip=1&lang=en
VI.5) Date of dispatch of this notice
11/05/2016