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: 25 March 2017
  • Last modified: 25 March 2017

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:
25 March 2017
Deadline date:
06 April 2017
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

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

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)

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

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

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)

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)

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

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

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
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

Unchecked box
Unchecked box


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

Coding

Commodity categories

ID Title Parent category
34510000 Ships Ships and 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:
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.