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