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 |
Dave Fallows |
+44 1474562444 |
dave.fallows@pla.co.uk |
|
http://www.pla.co.uk/contact/index_enquiry.cfm/site/contact
|
|
|
|
|
|
|
|
|
|
I.2)
|
Main activity or activities of the contracting entity
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
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
|
|
|
|
|
|
|
|
|
|
|
|
|
II.1.2(c))
|
Type of service contract
|
II.1.2)
|
Site or location of works, place of delivery or performance
Port of London Authority, Hydrographic Department, London River House, Royal Pier Road, Gravesend, Kent, DA12 2BG. NUTS Code UKJ4 |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
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)
Port of London Authority are looking for parties interested in supplying a commercial sea-going vessel to meet the following criteria:
The vessel required will be used to carry out hydrographic survey operations. Therefore it needs to offer a layout design suitable for such works.
Consideration will be given to pre-owned as well as new build proposals that may be able to meet the timeframe for supply.
The expected length of vessel will be in the region of 11 to 14 metres.
A catamaran style of vessel is preferred due to stability requirements for hydrographic data recording.
Acceptable material build construction is GRP/FRP.
A waterjet propulsion system fitted with an electronic integrated control system is necessary.
The vessel must have commercially rated inboard engines that are either diesel or diesel hybrid design.
The minimum cruising speed necessary is 18 knots.
Draught < 1.3 with Air Draught < 4.2.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
34510000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
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
Supply of a commercial sea-going vessel to meet criteria as described in section II.1.5, It is our intention that we would like to be in a position to place an order within 4 weeks from the closing date of this advertisement.
Due to contractual obligations, we will require completed delivery including sea trials, within 10 weeks of order placement.
|
|
350 000500 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
|
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions relating to the contract
|
III.1.1)
|
Deposits and guarantees required
Vessel acceptance trials will be required, at the suppliers cost.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
Payment will be in accordance with PLA standard terms and conditions of 30 days net monthly, following sign off approval and acceptance of invoice by the PLA Mechanical and Electrical Engineer or PLA Hydrographer.
|
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
English Law will apply.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of suppliers,contractors or service providers
Tenderers will need to supply within their bids, copies of their management systems policies and certificates including their Anti-Slavery Act compliance statement.
|
III.2.2)
|
Economic and financial capacity
A copy of the current financial account statement for the business is required with the bid.
|
III.2.3)
|
Technical capacity
Evaluation will take place by our Hydrographer and/or Mechanical and Electrical Engineer for the most successful bid based on Weightings for assessment:
Scoring Criteria (Weighting x Assessment)
Importance Factor (Weighting) (low to High) 1, 3, 5.
Level of Compliance Factor (Assessment) (low to High) 0, 2, 4, 6.
Criteria Weighting
1. Adherence by tenderer to contracting entity's requirements. 3 5. Continuously rated Engines 5
2. Tendered price. 3
3. Likely performance of tenderer in delivery of vessel within 10 weeks of award of contract. 5
4. Minimal cost to contracting entity of vessel inspection and completion of trials (travel and accommodation financial and labour costs for contracting entity's staff). 5.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
No |
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
No
|
|
Yes
|
|
|
|
Adherence by tenderer to contracting entity's requirements. |
3 |
|
Tendered price |
3 |
|
Likely performance of tenderer in delivery of vessel within 10 weeks of award of contract. |
5 |
|
Minimal cost to contracting entity of vessel inspection and completion of trials (travel and accommodation financial and labour costs for contracting entity's staff). |
5 |
|
Continuously rated Engines |
5 |
|
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
|
IV.3.2)
|
Previous publication concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining contract document and additional documents 31-03-2017
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 06-04-2017
12:01 |
IV.3.5)
|
Language or languages in which tenders or requests to participate can be drawn up
All tenders must be presented in English.
|
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
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Captain Peter Steen (Director of Marine Operations), Port of London Authority |
London River House, Royal Pier Road, Gravesend |
Gravesend |
DA12 2BG |
UK |
peter.steen@pla.co.uk |
+44 1474562252 |
www.pla.co.uk |
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 24-03-2017 |