By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

UK - London - GLA Mooring Components.

CONTRACT NOTICE

Supplies

SECTION I: CONTRACTING AUTHORITY

I.1)NAME, ADDRESSES AND CONTACT POINT(S)

The Corporation of Trinity House
Trinity Square, Tower Hill
Attn: Barry Messenger
EC3N 4DH London
UNITED KINGDOM
Tel. +44 1255245050
E-mail:
Fax +44 1255241258

Internet address(es)

General address of the contracting authority http://trinityhouse.g2b.info/

Address of the buyer profile www.trinityhouse.co.uk

Further information can be obtained at: The Corporation of Trinity House
The Quay
Attn: Barry Messenger
CO12 3JW Harwich
UNITED KINGDOM
Tel. +44 1255245050
E-mail:
Fax +44 1255241258
Internet: www.trinityhouse.co.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: The Corporation of Trinity House
The Quay
Attn: Barry Messenger
CO12 3JW Harwich
UNITED KINGDOM
Tel. +44 1255245050
E-mail:
Fax +44 1255241258
Internet: www.trinityhouse.co.uk

Tenders or requests to participate must be sent to: The Corporation of Trinity House
The Quay
Attn: Barry Messenger
CO12 3JW Harwich
UNITED KINGDOM
Tel. +44 1255245050
E-mail:
Fax +44 1255241258
Internet: www.trinityhouse.co.uk

I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES
Body governed by public law
Other Maritime Navigation and Safety
The contracting authority is purchasing on behalf of other contracting authorities Yes

SECTION II: OBJECT OF THE CONTRACT

II.1)DESCRIPTION
II.1.1)Title attributed to the contract by the contracting authority
UK - London - GLA Mooring Components.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
II.1.3)The notice involves
The establishment of a framework agreement
II.1.4)Information on framework agreement
Duration of the framework agreement: Duration in year(s): 4
Estimated total value of purchases for the entire duration of the framework agreement
estimated cost excluding VAT
Range: between 800 000 and 1 600 000 GBP
II.1.5)Short description of the contract or purchase(s)
Chain. The procurement of marine mooring components, including open-link and stud-link chain, shackles, chain bridles and sinkers/anchors.
II.1.6)Common procurement vocabulary (CPV)

44540000

II.1.7)Contract covered by the Government Procurement Agreement (GPA)
Yes
II.1.8)Division into lots
Yes
tenders should be submitted for one or more lots
II.1.9)Variants will be accepted
No
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scope
The procurement of marine mooring components, including open-link and stud-link chain, shackles, chain bridles and sinkers/anchors. These components will be required for delivery to Trinity House, in Harwich and/or Swansea (England/Wales), Northern Lighthouse Board, in Oban (Scotland) and the Commissioners of Irish Lights in Dun Laoghaire (Republic of Ireland).
Excluding VAT
Range between 800 000 and 1 600 000 GBP
II.2.2)Options
No
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION

INFORMATION ABOUT LOTS

LOT NO: 1 TITLE Buoy Mooring Chain
1)SHORT DESCRIPTION
Chain for the mooring of navigational buoyage.
2)COMMON PROCUREMENT VOCABULARY (CPV)

44540000

3)QUANTITY OR SCOPE
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 2 TITLE Lightvessel Mooring Chain
1)SHORT DESCRIPTION
42 mm and 44 mm Stud-Link Chain for the Mooring of Major Floating Aids-to-Nvaigation, including Lightvessels
2)COMMON PROCUREMENT VOCABULARY (CPV)

44540000

3)QUANTITY OR SCOPE
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 3 TITLE Vessel Mooring Chain
1)SHORT DESCRIPTION
Various stud-link chain for use on TH, NLB and CIL vessels.
2)COMMON PROCUREMENT VOCABULARY (CPV)

44540000

3)QUANTITY OR SCOPE
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 4 TITLE Bridles for buoy mooring systems
1)SHORT DESCRIPTION
3 m, 5 m and 10 m chain bridles, with swivels, for the mooring of navigational buoyage
2)COMMON PROCUREMENT VOCABULARY (CPV)

44540000

3)QUANTITY OR SCOPE
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 5 TITLE Shackles for Buoy Mooring Systems
1)SHORT DESCRIPTION
Forelock, Bow and Clenching Shackles for use wirh buoy mooring chain.
2)COMMON PROCUREMENT VOCABULARY (CPV)

44542000

3)QUANTITY OR SCOPE
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 6 TITLE Lightvessel Mooring Shackles
1)SHORT DESCRIPTION
Forelock, Bow and Clenching Shackles for use with major floating aids-to-navigation, including lightvessels.
2)COMMON PROCUREMENT VOCABULARY (CPV)

44540000

3)QUANTITY OR SCOPE
Forelock, Bow and Clenching Shackles for use with buoy mooring chain.
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 7 TITLE Vessel Shackles
1)SHORT DESCRIPTION
Forelock, Bow and Clenching Shackles for use with chain for the mooring of TH, NLB and CIL vessels.
2)COMMON PROCUREMENT VOCABULARY (CPV)

44542000

3)QUANTITY OR SCOPE
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 8 TITLE Sinkers for Buoy Mooring
1)SHORT DESCRIPTION
Sinkers/Anchors for use in the deployment of floating aids-to-navigation.
2)COMMON PROCUREMENT VOCABULARY (CPV)

34913800

3)QUANTITY OR SCOPE
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1)CONDITIONS RELATING TO THE CONTRACT
III.1.1)Deposits and guarantees required
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded
III.1.4)Other particular conditions to which the performance of the contract is subject
Yes
As per the issued Invitation to Tender documentation.
III.2)CONDITIONS FOR PARTICIPATION
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if requirements are met: (a) Is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) Is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) Has been convicted by a judgement which has he force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) Has been guilty of grave professional misconduct proven by ay means which the contracting authorities can demonstrate;
(e) Has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) Has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) Is guilty of serious misrepresentation in supplying the information required under this section or has not supplied such information;
(h) Has been the subject of a conviction for participation in a criminal organisation as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) Has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) Has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
Completion of relevant questionnaire included in the Invitation to Tender documentation.
III.2.2)Economic and financial capacity
Information and formalities necessary for evaluating if requirements are met: (a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(c) A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available;
Completion of relevant questionnaire included in the Invitation to Tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if requirements are met:
Completion of relevant questionnaire included in the Invitation to Tender documentation.
III.2.4)Reserved contracts
No
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular profession
III.3.2)Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service

SECTION IV: PROCEDURE

IV.1)TYPE OF PROCEDURE
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)AWARD CRITERIA
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)An electronic auction will be used
No
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authority
T0105
IV.3.2)Previous publication(s) concerning the same contract
No
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents 18.8.2011 - 12:00
Payable documents No
IV.3.4)Time-limit for receipt of tenders or requests to participate
19.8.2011 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in days (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders

SECTION VI: COMPLEMENTARY INFORMATION

VI.1)THIS IS A RECURRENT PROCUREMENT
Yes
estimated timing for further notices to be published: 3 years
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
No
VI.3)ADDITIONAL INFORMATION
GO Reference: GO-201171-PRO-2464189.
VI.4)PROCEDURES FOR APPEAL
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)DATE OF DISPATCH OF THIS NOTICE:
1.7.2011