UK-Edinburgh: Chain.
UK-Edinburgh: Chain.
Section I: Contracting Authority
	I.1) Name, Addresses and Contact Point(s):
		 Northern Lighthouse Board
		 84 George Street, Edinburgh, EH2 3DA, United Kingdom
		 Tel. +44 1314733178, Email: procurement@nlb.org.uk
		 Contact: Steven Carvel
		 Main Address: https://www.nlb.org.uk
		 NUTS Code: UKM
	I.2) Joint procurement:
		The contract involves joint procurement: No 			
		In the case of joint procurement involving different countries, state applicable national procurement law:  Not Provided 
		The contract is awarded by a central purchasing body: No 
	I.4)Type of the contracting authority:
		Body governed by public law 
	I.5) Main activity:
		Other activity: Aids to Navigation
Section II: Object Of The Contract
	II.1) Scope of the procurement
		II.1.1) Title: THE SUPPLY OF MOORING COMPONENTS				
		Reference number: OPDE/MOOR/2155
		II.1.2) Main CPV code:
			44540000 - Chain.
 
		II.1.3) Type of contract:  SUPPLIES 
		II.1.4) Short description: In support of NLB’s fleets of floating Aids-to-Navigation (AtoNs) and their ongoing statutory duties, NLB use significant quantities of mooring equipment 
The majority of mooring components will be used in the deployment of navigational buoyage. Navigational buoys serve as markers for navigation in many of the channels, coastal regions and seaways of the United Kingdom and Ireland.  NLB service these out of Oban and currently have circa 200 buoys within their waters.
This Invitation to Tender process addresses the interim requirements for NLB until another collaborative GLA procurement for mooring-related components is put in place. This requirement covers an eighteen month period to bridge the gap before a joint GLA procurement is established.
Requirements are for 4 sizes of chain (19mm to 38mm) supplied in 100metre lengths. Forelock and clenching shackles and 5 tonne Sinkers.
All components must comply with  Lloyds Rules ISO 1704 
Material Requirement : U3 to Lloyds Rules.
		II.1.6) Information about lots
			This contract is divided into lots: No 
 				
		II.1.7) Total value of the procurement (excluding VAT)
			 Lowest offer: 226,000 / Highest offer:300,559			
			Currency:GBP				
	II.2) Description 
		II.2.2) Additional CPV code(s):
				44542000 - Parts of chain.
				34930000 - Marine equipment.
 
		II.2.3) Place of performance
		Nuts code:
		UKM - SCOTLAND
	 
		Main site or place of performance:
		SCOTLAND
	 			
		II.2.4) Description of the procurement: In support of NLB’s fleets of floating Aids-to-Navigation (AtoNs) and their ongoing statutory duties, NLB use significant quantities of mooring equipment 
The majority of mooring components will be used in the deployment of navigational buoyage. Navigational buoys serve as markers for navigation in many of the channels, coastal regions and seaways of the United Kingdom and Ireland.  NLB service these out of Oban and currently have circa 200 buoys within their waters.
This Invitation to Tender process addresses the interim requirements for NLB until another collaborative GLA procurement for mooring-related components is put in place. This requirement covers an eighteen month period to bridge the gap before a joint GLA procurement is established.
Product Requirements
DescriptionQuantity
CHAIN - 19MM OPEN LINK – METRE*300
CHAIN - 26MM OPEN LINK – METRE*400
CHAIN - 32 MM OPEN LINK – METRE*500
CHAIN - 38 MM OPEN LINK – METRE*1,500
SHACKLES FORELOCK TO SUIT 38-42MM CHAIN400
SHACKLE - CLENCHING - TO SUIT 38-42MM CHAIN200
SINKER - 5 TONNE5
*Supplied in 100m lengths
Material Specification Requirements (as detailed in Appendix A)
Where called for all chain and shackles shall conform to the recommendations 
of the following international and British Standards: 
 Lloyds Rules 
 ISO 1704 
MATERIAL 
U3 to Lloyds Rules 
		II.2.5) Award criteria:
		Quality criterion - Name: Technical / Weighting: 15 
		Quality criterion - Name: Quality Control / Weighting: 10 
		Quality criterion - Name: Modern Slavery / Weighting: 5 
		Quality criterion - Name: Lead-time / Weighting: 20 
		Quality criterion - Name: Social Value / Weighting: 10 
						
		Cost criterion - Name: Financials  /  Weighting: 40  
				
		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  
			
		II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/EP2N2F7SVQ 
 
Section IV: Procedure
IV.1) Description
	IV.1.1)Type of procedure: Open 
	IV.1.3) Information about a framework agreement or a dynamic purchasing system
		The procurement involves the establishment of a framework agreement: No 		
		
	IV.1.6) Information about electronic auction
		An electronic auction has been used:  No 
	IV.1.8) Information about the 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 OJEU: 2021/S 000-026948
		
	
	IV.2.9) Information about termination of call for competition in the form of a prior information notice
		The contracting authority will not award any further contracts based on the above prior information notice:  No 
Section V: Award of contract
Award Of Contract (No.1)
	Contract No: 2021/S 000-026948 	
	Lot Number:  Not Provided 	
	Title:  Not Provided  
	A contract/lot is awarded: Yes 
	V.2) Award of contract
		V.2.1) Date of conclusion of the contract: 13/01/2022 
		V.2.2) Information about tenders
			Number of tenders received: 4 
			Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC) 			
			Number of tenders received from tenderers from other EU Member States: Not Provided 			
			Number of tenders received from tenderers from non-EU Member States: Not Provided 			
			Number of tenders received by electronic means: 4 
		V.2.3) Name and address of the contractor
		The contract has been awarded to a group of economic operators: No 
			
			Contractor (No.1)
				 Offspring International Ltd, 02603959
				 Unit 8 Castle Court 2, Castlegate Way, Dudley, DY1 4RH, United Kingdom
				 Tel. +44 1384453880, Email: peter.rowley@offspringinternational.com
				 NUTS Code: UKG
				The contractor is an SME:  Yes  
 
		V.2.4) Information on value of the contract/lot (excluding VAT)
			Initial estimated total value of the contract/lot: Not Provided 			
			Total value of the contract/lot: 226,000
			Currency: GBP
		V.2.5) Information about subcontracting
			The contract is likely to be subcontracted: Yes 
						Value or proportion likely to be subcontracted to third parties:
						Value excluding VAT:  135,600  Currency:  GBP 						
						
			Short description of the part of the contract to be subcontracted: 
			 The manufacture of chain 			
 Section VI: Complementary information
	VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here: 
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=657455315
 
	VI.4) Procedures for review
		VI.4.1) Review body
			 Northern Lighthouse Board
			 84 George Street, Edinburgh, EH2 3DA, United Kingdom
			 Tel. +44 1314733178, Email: procurement@nlb.org.uk
			 Internet address: www.nlb.org.uk
		VI.4.3) Review procedure
			Precise information on deadline(s) for review procedures: Not Provided 
		VI.4.4) Service from which information about the review procedure may be obtained
			Not Provided
	VI.5) Date of dispatch of this notice: 14/01/2022