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

Hydrographic Survey Vessel.

  • First published: 10 December 2013
  • Last modified: 10 December 2013

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:
10 December 2013
Deadline date:
01 July 2014
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 building fibre reinforced plastic (or alternative appropriate material) commercial vessels to the UK Maritime and Coastguard Agency Workboat Code 1998 ("The Brown Code"), 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 vessel build from those boatbuilders identified by the contracting entity as qualifying and invited to tender. The purpose of the contract is the build and delivery to Gravesend UK of a specialist hydrographic survey vessel to the contracting entity's specification. The hydrographic vessel will be approximately 16m length on the waterline, of twin-hull catamaran hull form, with Scania DI 13 or similar marine diesel engine and Kamewa (or similar) waterjet propulsion suited to a cruising speed of 20 knots and maximum speed 24 knots. The hull form and hydrodynamic characteristics should allow operation at up to 60 nautical miles from a safe haven in conditions of up to the upper end of sea state 4 with accelerations at the helm position, in such state, of no more than 0.8 g. The maximum water draught will be 1.2 m and maximum air draught (mast lowered) of 4.1 m. Further details will be given in the specification.

Full notice text

CONTRACT NOTICE - UTILITIES

Section I: Contracting Entity

I.1)

Name, Address and Contact Point(s)


Port of London Authority

London River House, Royal Pier Road

Gravesend

DA12 2BG

UK

Head of Marine Engineering

Andy Nailor

+44 1474562444

andrew.nailor@pla.co.uk


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

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)

Main activity or activities of the contracting entity

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

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting entity

Hydrographic Survey Vessel.

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)

Site or location of works, place of delivery or performance

The vessel will be built at a location agreed between the contracting entity and the successful tenderer. This contract is to include delivery of the vessel to Gravesend, Kent, UK.


NUTS Code UKI21

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

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

Frequency 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 building fibre reinforced plastic (or alternative appropriate material) commercial vessels to the UK Maritime and Coastguard Agency Workboat Code 1998 ("The Brown Code"), 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 vessel build from those boatbuilders identified by the contracting entity as qualifying and invited to tender. The purpose of the contract is the build and delivery to Gravesend UK of a specialist hydrographic survey vessel to the contracting entity's specification. The hydrographic vessel will be approximately 16m length on the waterline, of twin-hull catamaran hull form, with Scania DI 13 or similar marine diesel engine and Kamewa (or similar) waterjet propulsion suited to a cruising speed of 20 knots and maximum speed 24 knots. The hull form and hydrodynamic characteristics should allow operation at up to 60 nautical miles from a safe haven in conditions of up to the upper end of sea state 4 with accelerations at the helm position, in such state, of no more than 0.8 g. The maximum water draught will be 1.2 m and maximum air draught (mast lowered) of 4.1 m. Further details will be given in the specification.

II.1.6)

Common Procurement Vocabulary (CPV)

34521000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked 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 one hydrographic survey vessel, complete with all machinery and equipment (including specialist multibeam survey equipment and other sensors provided by the contracting entity), built to the specification to be issued by the contracting entity. The contract price is to include all costs of UK MCA approved Certifying Authority design approval, survey and certification, purchaser's trials and include all costs associated with delivery to Gravesend, UK, and all other costs arising from build as set out in the contract conditions (copies available from the contracting entity).

600 000800 000
GBP

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable contracts, estimated time frame for subsequent calls for competition:

II.3)

Duration of the contract or limit for completion

 08-09-2014 26-06-2015

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 (boatbuilder) will be required to have in place bank guarantees or other instruments 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.

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. The programme for stage payments and invoice payment arrangements will be subject to negotiation and agreement between the successful contracting entity (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 economic operator is to be a boat building company or similar legal entity registered at Companies House in the UK or at the appropriate similar registration authority in the operator's host country. A nationalised or publicly-owned boatbuilding operator that is registered through a legal process with its national government would also qualify.

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 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, draught 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 any 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 and drawings will remain with the successful tenderer.

III.2)

Conditions for Participation

III.2.1)

Personal situation of suppliers,contractors or service providers


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, ecomomic operators should submit extracts from audited accounts for the last three 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 to the contracting entity by 10:00 local time on Friday 14th February 2014. Invitations to tender and the specification that is to be used for tendering will be issued to qualifying economic operators during week commencing Monday 10th March 2014. Economic operators' tenders are to be received in writing by the contracting entity no later than 10:30 GMT on Tuesday 1st July 2014.


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 sub-contract 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 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
Checked box No

IV.2)

Award Criteria

No

No
Yes
Best value for money: Quality provision and likely delivery score balanced against total cost score in a 60% / 40% proportion. 100
Adherence by tenderer to contracting entity's specification and operational and project requirements. 60
Likely performance of contracting entity in delivery of completed vessel to quality: Shipyard facilities and skills. 60
Likely performance of contracting entity in delivery of completed vessel to quality: Control of sub-contractors. 60
Likely performance of contracting entity in delivery of completed vessel to quality: Project management experience. 60
Likely performance of contracting entity in delivery of completed vessel to quality: Experience of building similar vessels. 60
Likely performance of contracting entity in delivery of completed vessel to quality: In-house lamination and other key capabilities. 60
Preparation and provision of quality plan and other quality documentation. 60
Tendered price. 40
Cost to contracting entity of supervision of build and completion of trials. 32

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 entity

EC357

IV.3.2)

Previous publication concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining contract document and additional documents

 10-04-2014

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 01-07-2014  10:00

IV.3.5)

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

Checked box    

IV.3.6)

Minimum time frame during which the tenderer must maintain its tender 

IV.3.7)

Conditions for opening tenders




Section VI: Complementary 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 local time on Friday 14th February 2014. Invitations to tender, together with the specification for the vessel, draught conditions of contract and other statements of requirements will be sent out to qualifying economic operators in the week commencing Monday 10th March 2014. 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 local time on Tuesday 2nd July 2014.

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

Gravesend

DA12 2BG

UK


+44 1474562252

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

Body responsible for mediation procedures


Harbour Master (Lower), Port of London Authority

London River House, Royal Pier Road

Gravesend

DA12 2BG

UK


+44 1474562252

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

VI.4.2)

Lodging of appeals


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

VI.4.3)

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


Not applicable.








VI.5)

Dispatch date of this Notice

 09-12-2013

Coding

Commodity categories

ID Title Parent category
34521000 Specialised boats Boats

Delivery locations

ID Description
There are no delivery locations for this notice.

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:
N/a
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.