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 Award Notice

Aids to Navigation Support Vessel Replacement

  • First published: 13 May 2023
  • Last modified: 13 May 2023
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

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:
ocds-h6vhtk-02b2d8
Published by:
Northern Lighthouse Board
Authority ID:
AA32832
Publication date:
13 May 2023
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The vessel shall be able to incorporate an ROV and AUV launching and recovery unit with associated equipment containers. The materials for - construction of and components for the vessel shall be selected according to best shipbuilding practices for an expected lifetime of the vessel being not less than 25 years and to meet the highest environmental standards. The sailing profile shows operations from a few hours up to 30 days at sea where sea conditions frequently become very rough. The vessel and its equipment, tank capacities etc. shall be designed for this sailing profile, with focus on safety and best possible sea keeping performance. The vessel shall be designed, constructed and supervised by a European and IACS recognised classification society in accordance with their rules and regulations for the classification of ships in force at the date of signing the contract between the Buyer and Builder, including corrigenda and amendments as included in notices or similar. The notion shall correspond with Lloyds Register as follows 100A1, LA, *IWS, ECO LMC, UMS, Hybrid Power (+), NAV1, IBS, DP(AA), CAC2 Descriptive note: Buoy and Light tender, ShipRight ABN (SQ), ShipRight (MCBM), ShipRight CYBER, and ShipRight UWM-L (T10), UWN-L (Q5) Characteristics of the New vessel as detailed below: Length Overall (LOA) Max 70.00m Breadth, mid, max 16.00m Breadth extreme max 16.30m Air draught at design draught max 27.00m Draught (design) 3.40m @14 days endurance Draught (max design) 3.90m @30 days endurance Draught (scantling) 3.95m Frame spacing 0.60m Full Service Speed 14 knots Light Weight 1900 tonnes approx Transit speed 10.5 knots in rough weather up to sea state 6 (5 metres sig wave height) Eco speed (normal transit) 10.5 knots Wco speed (survey work with auto pilot) 5 knots Bollard pull based on revered engineering estimated 60 tonnes

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Northern Lighthouse Board

84 George Street, Edinburgh

Edinburgh

EH2 3DA

UK

Contact person: Colin Brolly

Telephone: +44 1314733134

E-mail: procurement@nlb.org.uk

NUTS: UKM

Internet address(es)

Main address: https://www.nlb.org.uk

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Aids to Navigation

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Aids to Navigation Support Vessel Replacement

Reference number: OPSH/NBMT/2126

II.1.2) Main CPV code

34500000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The vessel shall be built as a DP Buoy laying/servicing vessel capable of carrying out: Buoy Work Inspection of navigation aids and wreck finding in UK and Irish Waters Lighthouse Inspections Emergency towing operations

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 51 862 859.00  GBP

II.2) Description

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

SCOTLAND

II.2.4) Description of the procurement

The vessel shall be able to incorporate an ROV and AUV launching and recovery unit with associated equipment containers. The materials for - construction of and components for the vessel shall be selected according to best shipbuilding practices for an expected lifetime of the vessel being not less than 25 years and to meet the highest environmental standards. The sailing profile shows operations from a few hours up to 30 days at sea where sea conditions frequently become very rough. The vessel and its equipment, tank capacities etc. shall be designed for this sailing profile, with focus on safety and best possible sea keeping performance. The vessel shall be designed, constructed and supervised by a European and IACS recognised classification society in accordance with their rules and regulations for the classification of ships in force at the date of signing the contract between the Buyer and Builder, including corrigenda and amendments as included in notices or similar. The notion shall correspond with Lloyds Register as follows 100A1, LA, *IWS, ECO LMC, UMS, Hybrid Power (+), NAV1, IBS, DP(AA), CAC2 Descriptive note: Buoy and Light tender, ShipRight ABN (SQ), ShipRight (MCBM), ShipRight CYBER, and ShipRight UWM-L (T10), UWN-L (Q5) Characteristics of the New vessel as detailed below: Length Overall (LOA) Max 70.00m Breadth, mid, max 16.00m Breadth extreme max 16.30m Air draught at design draught max 27.00m Draught (design) 3.40m @14 days endurance Draught (max design) 3.90m @30 days endurance Draught (scantling) 3.95m Frame spacing 0.60m Full Service Speed 14 knots Light Weight 1900 tonnes approx Transit speed 10.5 knots in rough weather up to sea state 6 (5 metres sig wave height) Eco speed (normal transit) 10.5 knots Wco speed (survey work with auto pilot) 5 knots Bollard pull based on revered engineering estimated 60 tonnes

II.2.5) Award criteria

Quality criterion: Design Development / Weighting: 5

Quality criterion: Project Management Team / Weighting: 10

Quality criterion: Project Management Process / Weighting: 10

Quality criterion: Delivery Programme / Weighting: 10

Quality criterion: Resources / Weighting: 10

Quality criterion: Makers List / Weighting: pass/fail

Quality criterion: Design / Weighting: pass/fail

Quality criterion: Supply chain Management / Weighting: 10

Quality criterion: Major Sub contracts / Weighting: pass/fail

Quality criterion: Steel / Weighting: pass/fail

Quality criterion: Carbon Reduction Plan / Weighting: 5

Quality criterion: Social Values / Weighting: 10

Cost criterion: Contract Price / Weighting: 22.5

Cost criterion: Plan and Evidence of Funding / Weighting: 7.5

Cost criterion: Guarantees / Weighting: pass/fail

Cost criterion: Insurances / Weighting: pass/fail

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 000-011111

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/12/2022

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from EU Member States: 3

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Astilleros Gondan S.A.

Spain

Puerto de Figueras, Castropol, Figueras

Asturias

33794

ES

Telephone: +34 985636250

E-mail: com@gondan.com

NUTS: ES120

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 51 862 859.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/12/2022

V.2.2) Information about tenders

Number of tenders received: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Astilleros Gondan SA.

A33030818

Puerto de Figueras s/n, Castropol, Figueras

Asturias

33794

ES

Telephone: +34 985636250

E-mail: com@gondan.com

NUTS: ES120

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 51 862 859.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

To view this notice, please click here:

<a href="https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=780945618" target="_blank">https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=780945618</a>

GO Reference: GO-2023512-PRO-22958647

VI.4) Procedures for review

VI.4.1) Review body

Northern Lighthouse Board

84 George Street

Edinburgh

EH2 3DA

UK

Telephone: +44 1314733131

E-mail: procurement@nlb.org.uk

VI.5) Date of dispatch of this notice

12/05/2023

Coding

Commodity categories

ID Title Parent category
34500000 Ships and boats Transport equipment and auxiliary products to transportation

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:
procurement@nlb.org.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.