Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Port of London Authority.

  • First published: 20 April 2016
  • Last modified: 20 April 2016

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Port of London Authority
Authority ID:
AA25026
Publication date:
20 April 2016
Deadline date:
01 August 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This notice seeks expressions of interest from economic operators experienced in fibre reinforced plastic/polymer commercial vessels construction to the current version of the UK Maritime and Coastguard Agency (MCA) ‘The Workboat Code’ (brown), Small craft codes — Publications — Gov.uk as amended, and capable of meeting the contracting entity's qualification requirements, as set out in this notice. This notice calls for tenders, for the build of 2 vessels, from those boat builders identified by the contracting entity as qualifying and invited to tender. The purpose of the contract is the build and delivery to Denton Wharf, Gravesend, UK of 2 vessels built sharing the same hull design. The first being a Vessel Traffic Control Launch and the Second being a Commercial Dive Support Boat. The hull design will be a Catamaran with length overall of no less than 13m and no more than 16m and a beam overall of between 5m and 6m but no more than 6m. Propulsion will be via standard propeller shafts and screw propellers driven by marine diesel inboard engines (Diesel Hybrid systems will be considered) such as those manufactured by John Deere, Volvo or Scania (or equivalent). The vessels must have a maximum continuous speed of 20 knots and a cruising speed of 15 knots. The hull form and hydrodynamic characteristics, ideally displacement or semi-displacement and low wash, must allow for operation in sea area 3 (up to 20 nautical miles from a safe haven) with acceleration at the helm position, in such state, of no more than 0.8g. However, the hull and weather deck shall be constructed to a sufficient strength standard for operation in sea area 2 (up to 60 nautical miles from a safe haven). A maximum water draft of 1.2m and the maximum air draft (mast lowered) of 3.5m. Further details will be given in separate specifications, 1 for each boat.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Port of London Authority

London River House, Royal Pier Road

Gravesend

DA12 2BG

UK

Dave Fallows

+44 1474562444

dave.fallows@pla.co.uk


http://www.pla.co.uk/contact/index_enquiry.cfm/site/contact


Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
trust port — statutory authority
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
marine transport
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Port of London Authority.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

Checked box Unchecked box Unchecked box
Unchecked box Unchecked box

II.1.2(c))

Type of service contract

II.1.2)

Main site or location of works, place of delivery or performance

Port of London Authority, Denton Wharf, Mark Lane, Gravesend, Kent, UK. DA12 2PL.



UK

II.1.3)

This notice involves

Unchecked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

This notice seeks expressions of interest from economic operators experienced in fibre reinforced plastic/polymer commercial vessels construction to the current version of the UK Maritime and Coastguard Agency (MCA) ‘The Workboat Code’ (brown), Small craft codes — Publications — Gov.uk as amended, and capable of meeting the contracting entity's qualification requirements, as set out in this notice. This notice calls for tenders, for the build of 2 vessels, from those boat builders identified by the contracting entity as qualifying and invited to tender. The purpose of the contract is the build and delivery to Denton Wharf, Gravesend, UK of 2 vessels built sharing the same hull design. The first being a Vessel Traffic Control Launch and the Second being a Commercial Dive Support Boat. The hull design will be a Catamaran with length overall of no less than 13m and no more than 16m and a beam overall of between 5m and 6m but no more than 6m. Propulsion will be via standard propeller shafts and screw propellers driven by marine diesel inboard engines (Diesel Hybrid systems will be considered) such as those manufactured by John Deere, Volvo or Scania (or equivalent). The vessels must have a maximum continuous speed of 20 knots and a cruising speed of 15 knots. The hull form and hydrodynamic characteristics, ideally displacement or semi-displacement and low wash, must allow for operation in sea area 3 (up to 20 nautical miles from a safe haven) with acceleration at the helm position, in such state, of no more than 0.8g. However, the hull and weather deck shall be constructed to a sufficient strength standard for operation in sea area 2 (up to 60 nautical miles from a safe haven). A maximum water draft of 1.2m and the maximum air draft (mast lowered) of 3.5m. Further details will be given in separate specifications, 1 for each boat.

II.1.6)

Common Procurement Vocabulary (CPV)

34521000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Unchecked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

Build and delivery of 2 vessels, 1 a Vessel Traffic Control Launch and 1 a Commercial Dive Support Boat, complete with all machinery and equipment reasonably expected on these types of vessels, built to the specifications to be issued to by the contracting entity. The contract price is to include all costs of UK MCA approved Certifying Authority design approval, survey, certification and documents, purchaser's sea trials and include all costs associated with delivery to Denton Wharf, Gravesend UK, and all other costs arising from build as set out in the contract conditions (copies are available from the contracting entity upon request).

1 000 000
GBP

II.2.2)

Options

Consideration will be given to existing vessels converted for these purposes so as to meet the contracting entity's specification, provided that the hulls are no more than 5 years old, originally built from fibre reinforced plastic as commercial vessels and where the price includes all necessary conversion work being completed prior to delivery and delivery.

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

19

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

The successful tendering economic operator (boat builder) will be required to have in place bank guarantees or other equivalent measures as agreed by the contracting entity (payable in the UK in GB Pounds) to be provided covering each stage payment, to ensure performance of the boat building project to the agreed programme and quality thus ensuring that the vessel meets the contracting entity's performance specification requirements. As payments are made the economic operator will clearly identify and mark paid for items as the property of the Port of London Authority.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

The contract is to be a fixed price contract, priced in GB pounds. Stage payments will be made by BACS transfer in GB Pounds, payable upon presentation of invoices for each stage and will be submitted on completion of each corresponding stage of the vessel build programme. There will be a retention sum of 5 % of the vessel's overall cost for each vessel. The retention sum will be held for 12 months from the date of delivery of that vessel and the cost of unresolved defects deducted from the retention before payment of the final sum. The programme for stage payments and invoice payment arrangements will be subject to negotiation and agreement between the successful economic operator (boat builder) and the contracting entity.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

The contracting entity may, if the contract is ultimately awarded to a consortium, require the winning consortium to form a legal entity before entering into the contract.

III.1.4)

Other particular conditions to which the performance of the contract is subject

Economic operators who wish to enter tenders for this contract must meet the contracting entity's qualification requirements by completing a Pre-Qualification Questionnaire and submit an expression of interest to the contracting entity stating how they meet the qualification requirements. The contracting entity will issue the boat build specifications, conditions of contract and invite tenders from those economic operators that the contracting entity chooses from the list of qualifying boat builders. The contracting entity's terms and conditions of contract for ship building will apply to the contract and the contract will be subject to English Law under the jurisdiction of English Courts. Intellectual property rights for the specification will remain at all times vested in the Contracting Entity. Intellectual property rights in the vessel design will remain with the successful tenderer. (PQQ available on PLA website: www.pla.co.uk).

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Economic operator interested in this contract must be members UK Shipbuilders' and Shiprepairers' Association or similar equivalent trade association for their country of operation. The technical principal of the economic operator must be registered as a European Engineer (EurEng) or UK Chartered Engineer (CEng) or similarly qualified professional appropriate to the country of the economic operator in the business of boat building.

III.2.2)

Economic and financial capacity


Only economic operators who can demonstrate that they have the resources, financial capability and corporate stability to succeed in this project will be included in the qualifying list for issue of invitations to tender. With their expression of interest, economic operators should submit extracts from audited accounts for the last 3 financial years together with a client list of boat building projects completed, as evidence of their economic strength and technical suitability. To qualify for invitation to tender, economic operators must submit an expression of interest and the completed Pre-Qualification Questionnaire to the contracting entity at the address given in Section I above by 10:00 BST on 16.5.2016. Invitations to tender and the specification that is to be used or tendering will be issued to qualifying economic operators during week commencing Monday 13.6.2016. Economic operators' tenders are to be received in writing by the contracting entity no later than 10:30 BST on Friday, 16.9.2016. The contracting entity reserves the right to vary these dates for submissions on reasonable prior notice to economic operators.




III.2.3)

Technical capacity


In any expressions of interest in this contract, economic operators must explain how their proposed construction procedures and use of materials will be conducted in a manner that is consistent with the requirements of all relevant UK and European environmental protection and health and safety legislation and regulations. Economic operators interested in this contract must employ sufficient labour within their own staff in all technical trades to complete the building and fit-out of the vessel. Alternatively or additionally, where sub-contract labour is to be employed or where a proportion of the boat build is to be assigned to a subcontract boatyard or other entity, the economic operator submitting the expression of interest should explain in detail and provide evidence within the expression of interest of the identity and location of the sub-contractor and that the sub-contracting company (ies) have sufficient resource and technical capability to achieve the work required and demonstrate that the proposed sub-contractor or entity to which work is assigned will also meet relevant UK and European environmental and health and safety legislation and regulations.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Unchecked box
Unchecked box Checked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

4

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


No

Yes
Adherence by tenderer to contracting entity's specification 5
Is Hybrid propulsion system or electric propulsion solution offered 5
Likely performance of tenderer in delivery of completed vessel to quality: in-house lamination and other key capabilities 5
Minimal cost to contracting entity of supervision of build and completion of trials (travel and accommodation financial and labour costs for contracting entity's staff) 5
Likely performance of tenderer in delivery of completed vessel to quality: Management of supply chain and number of sub-contractors 5
Tendered price 3
Preparation and provision of quality plan and other quality documentation 3
Likely performance of tenderer in delivery of completed vessel to quality: shipyard facilities and skills 3
Likely performance of tenderer in delivery of completed vessel to quality: project management capability 1

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

DF/04/2016

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 01-08-2016

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 01-08-2016

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

Expressions of interest from economic operators, with explanation of qualification — requirements for which are set out elsewhere in this notice — are to be received by the contracting entity by 10:00 British Summer Time on 16.5.2016. Invitations to tender, together with the specification for the vessel, draft conditions of contract and other statements of requirements will be sent out to qualifying economic operators in the week commencing Monday 13.6.2016. Tenders for the contract should be submitted by economic operators and received in writing (by post or by electronic mail) by the contracting entity no later than 10:30 BST on Friday, 16.9.2016.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Director of Marine Operations, Port of London Authority

London River House, Royal Pier Road, Kent

Gravesend

DA12 2BG

UK


+44 1474562252

http://www.pla.co.uk

Body responsible for mediation procedures


Harbour Master (Lower), Port of London Authority

London River House, Royal Pier Road, Kent

Gravesend

DA12 2BG

UK


+44 1474562252

http://www.pla.co.uk

VI.4.2)

Lodging of appeals

To receive attention, appeals or requests for mediation must be logged with the body responsible by 10:30 BST, 10 days after announcement of the contract award.

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 15-04-2016

Coding

Commodity categories

ID Title Parent category
34521000 Specialised boats Boats

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
dave.fallows@pla.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.