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

Vessel Traffic Voice Communication System

  • First published: 13 August 2019
  • Last modified: 13 August 2019

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:
13 August 2019
Deadline date:
06 September 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

A supply and install a comprehensive VHF control and command system with telephony capability with connectivity and performance of existing VHF base stations. New base stations shall only be considered where considered necessary as a technical solution by the contracting entity, to satisfy the requirements of contracting entity.

The system must deliver 99,9 % availability/reliability, resilient operational control of existing remote VHF base stations and general corporate communication, to satisfy normal business operation and resilience of service impacting either one of the contracting entity’s two(2) operational centres.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Port of London Authority

Gravesend

DA12 2BG

UK

Contact person: Richard Hopperton

Telephone: +44 1474562318

E-mail: RICHARD.HOPPERTON@PLA.CO.UK

NUTS: UKJ43

Internet address(es)

Main address: www.pla.co.uk

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:

http://www.pla.co.uk/About-Us/PLA-Tenders


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.6) Main activity

Port-related activities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Vessel Traffic Voice Communication System

II.1.2) Main CPV code

32524000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

This notice seeks expressions of interest from economic operators experienced in VHF Radio command and control systems with additional telephonic capability to fall within the contracting entity’s qualification requirements, as set out in this notice. This notice calls for pre-qualification set out in criteria for tenders, for the design, procurement, build, delivery and commissioning of a Radio VHF control system with an option for telephony services, from those identified by the contracting entity as qualifying and subsequently invited to tender. The purpose of the contract is the timely delivery of a high availability and technologically sound system to ensure Vessel traffic operations are maintained at both operational centres to maintain 24 x 7 x 365 day operation.

II.1.5) Estimated total value

Value excluding VAT: 500 000.00  EUR

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

32211000

32236000

32573000

II.2.3) Place of performance

NUTS code:

UKJ43


Main site or place of performance:

UKJ43 Gravesend and Woolwich

II.2.4) Description of the procurement

A supply and install a comprehensive VHF control and command system with telephony capability with connectivity and performance of existing VHF base stations. New base stations shall only be considered where considered necessary as a technical solution by the contracting entity, to satisfy the requirements of contracting entity.

The system must deliver 99,9 % availability/reliability, resilient operational control of existing remote VHF base stations and general corporate communication, to satisfy normal business operation and resilience of service impacting either one of the contracting entity’s two(2) operational centres.

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: 500 000.00  EUR

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

Start: 31/10/2019

End: 30/03/2020

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

Consideration will be given to new conceptual services and risk reduced services.

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

Contract will be fixed price and paid on completion of each milestone. Miletstones and stage payments subject to final negotiation.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Any economic operator interested in this contract must demonstrate professional associations with the industry to which this system would fall under, either internationally or 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 System design or engineering.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

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 initial details of supplier formation, whether principle (sole supplier) or consortia. Extracts from audited accounts for the last 3 financial years together with a client list of reference 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 British summer time on 4.9.2019. Invitations to tender will be issued to qualifying economic operators during week commencing 12.9.2019. Economic operators' tenders are to be received in writing by the contracting entity no later than 10.00 British summer time on 23.10.2019. The contracting entity reserves the right to vary these dates for submissions on reasonable prior notice to economic operators.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

In any expressions of interest in this contract, economic operators must explain how their proposed procedures and use of materials will be conducted in a manner that is consistent with the requirements of all relevant UK and European 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 works. Alternatively or additionally, where sub-contract labour is to be employed or where a proportion of the system is to be assigned to a subcontract or other entity, the economic operator submitting the expression of interest must explain in detail and provide evidence within the expression of interest of the identity and location of the sub-contractor. This should include:

— that the sub-contracting company(-ies) have sufficient resource and technical capability to achieve the work required, and

— 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.1.4) Objective rules and criteria for participation

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 conditions of contract and invite tenders from those economic operators that the contracting entity has assessed from the list of qualifying economic operators. The contracting entity's terms and conditions of contract will be subject to English Law under the jurisdiction of English Courts. Intellectual property rights for the Outline requirements and any subsequent specifications, will remain at all times vested in the contracting entity. Intellectual property rights in the systems design will remain with the successful tenderer.

III.1.6) Deposits and guarantees required:

The successful tendering economic operator 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 project to the agreed programme and quality thus ensuring that the system meets the contracting entity's performance 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.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Subject to final negotiation.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

The economic operator shall make clear any sub-contractors involved in the delivery of the system at tender stage. The lead economic operator will accept full ownership for performance of the system in such cases where sub-contractors are used.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Subject to negotiation but will include 99,9 % system availability.

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: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 06/09/2019

Local time: 13:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 20/09/2019

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Port of London Authority

Gravesend

DA12 2BG

UK

Telephone: +44 1474562318

E-mail: richard.hopperton@pla.co.uk

Internet address(es)

URL: www.pla.co.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

PQQ to be received by 6.9.2019 for internal review. Shortlisting to be complete by 13.9.2019 for ITT release no later than 20.9.2019.

VI.4.4) Service from which information about the review procedure may be obtained

Harbour Master VTS and SMS Port of London Authority

Gravesend

DA12 2BG

UK

Telephone: +44 1474562252

Internet address(es)

URL: www.pla.co.uk

VI.5) Date of dispatch of this notice

08/08/2019

Coding

Commodity categories

ID Title Parent category
32211000 Broadcast production equipment Broadcasting equipment
32573000 Communications control system Communications equipment
32236000 Radio telephones Radio transmission apparatus with reception apparatus
32524000 Telecommunications system Telecommunications cable and equipment

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:
RICHARD.HOPPERTON@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.