News

United Kingdom-Plymouth: Marine Business Technology Centre, Plymouth. Buoy Platform Tender Specification

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2019/S 119-291341/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: Plymouth Marine Laboratory
National registration number: 4178503
Postal address: Prospect Place, The Hoe, Plymouth
Town: Plymouth
Postal code: PL1 3DH
Country: United Kingdom
Contact Person: Justine Dolling
Email: jud@pml.ac.uk
Internet address(es):
Main address: www.pml.ac.uk
Official name: Plymouth Marine Laboratory
National registration number: 4178503
Postal address: Prospect Place, The Hoe, Plymouth
Town: Plymouth
Postal code: PL1 3DH
Country: United Kingdom
Contact Person: Justine Dolling
Email: jud@pml.ac.uk
Internet address(es):
Main address: www.pml.ac.uk

I.2) Joint Procurement:
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Environment

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Marine Business Technology Centre, Plymouth. Buoy Platform Tender Specification
II.1.2) Main CPV code: 50246200
II.1.3) Type of contract: Supplies
II.1.4) Short Description: PML is now seeking tenders for the replacement of the L4 buoy which has provided excellent service for over 10 years in the field. The envisaged new buoy platform will provide the necessary infrastructure for PML to make significant technical and scientific advancements at the L4 station.

II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.3) Place of performance
Nuts code: UK, UKK41
II.2.4) Description of the procurement:
Site description
The western English Channel is a hostile environment for the long-term deployment of oceanographic equipment. It can be subject to strong winds at any time throughout the year with gales and storms being commonplace especially in the winter months. The prevailing winds are from the southwest and, due to the long fetch; these can generate powerful swell and large waves (during storm events to the order of 10 m). The tides are moderately strong (typically 0,6 тАУ 0,8 ms-1 at mean spring tide with maximums anticipated in the region of 1 ms-1) with a tidal range of almost 6 m at extreme spring tides. In addition the English Channel is a major thoroughfare for commercial shipping and Plymouth itself is a naval port with a sizeable fishing fleet. The buoy and any fixed moorings need to be well characterised in order to avoid any potential collisions and strong enough to withstand the elements. Whilst the present buoy doesnтАЩt measure wave height there is a wave buoy in close proximity (5 nautical miles) operated as part of the Channel Coastal Observatory (); wind data is available from the Rame Head Meteorological Station (4 nautical miles north of L4; () and the meteorological data measured on the existing L4 buoy can be accessed at:
The L4 station has a charted depth of 51m but as mentioned above the large tidal range should be taken into consideration.
Hardware requirement and specification
The envisaged replacement platform is required to be of suitable size and design to maintain the existing time-series measurements with the addition of a water column profiling capability. The WCO is recognised as a UK Natural Environment Research Council National Capability: in addition to the data buoys, vessel sampling is also maintained on a weekly basis. With a constant requirement for new measurements driven by both scientific aspirations and also technical advances, it is essential that the buoy platform has the scope to accommodate third party prototype sensors.
тАФ the platforms should be of modular construction and be simple and straightforward to change component parts. Where possible the construction materials should be lightweight and be highly resilient to chemical and biological corrosion and fouling. It is also important that the structure is easily cleaned in situ,
тАФ the buoy supplied must be able to withstand the hostile marine environment found in the western approaches off Plymouth,
тАФ it is expected that the buoy will have a minimum lifespan of 10 years тАУ accepting the need to replace some component parts during this time due to wear and tear,
тАФ the buoy platform will be supplied in yellow indicating special mark in line with IALA requirements,
тАФ suitable lifting point arrangements must be incorporated into the design and be appropriately placed as to not compromise any sensors during lifting,
тАФ the buoy should be sufficiently ballasted to maintain inherent stability in the event of breaking free from moorings and for towing and installation purposes,
тАФ non-slip surfaces are required in locations accessed by personnel,
тАФ the buoy platform will have good sea keeping abilities and be as stable as possible in all sea conditions.
Please see tender documents for full breakdown and details of the following elements:
тАФ hull,
тАФ superstructure,
тАФ winch assembly,
тАФ power systems,
тАФ control, integration and communication,
тАФ mooring design,
тАФ final considerations.
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 6
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
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:yes
Identification of the project:Plymouth Marine Laboratory (PML), in partnership with the Marine Business Technology Centre (MBTC), Plymouth, has an exciting opportunity to acquire a new state-of-the-art buoy platform. The MBTC is funded by the European Regional Development Fund to provide innovation services to the marine industry. A major component of the MBTC project is to enhance and develop тАЬSmart Sound PlymouthтАЭ
II.2.14) Additional information: An in-sea trials environment for new and innovative technologies. Through this project PML seek to replace an existing buoy platform with a new buoyed platform capable of continuing and enhancing existing oceanographic time series by adding additional functionality including an in-water profiling instrument package and the ability to тАШplug-in and playтАЩ a wide range of innovative marine technology.

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:References for similar previous contracts/projects within the last 3 years. Each reference must be detailed тАУ as a general rule, at least 2 of the references must be appropriate to the contract (minimum requirement). Provision of these will be taken as a pass but expect that they may be verified.
Documentation for technical capacity тАУ a short summary of your organisationтАЩs previous experience in the sector relevant to the tender with reference to current facilities, capability, equipment, workforce composition, a definition of the product range, years in business, staff turnover. It is expected that this will be appropriate to the nature of the tender industry sector in order to pass.
Completion of our supplier setup form (attached) along with accompanying papers requested (including valid insurances). A pass will be viewed as compliance to our supplier setup form completion. This form will be used to setup the successful tenderer on our systems.
III.1.2) Economic and financial standing
List and brief description of selection criteria: All tenderers must provide a declaration on their honour, duly signed and dated by an authorised representative of the tenderer, stating that they are not in one of the situations of exclusion listed in Appendix 1. This should be a signed and dated Appendix 1 (see below). Expect this to be checked against publicly or commercially available information.
Evidence of Legal Status тАУ you must provide supporting documents of your legal entity status and expect these to be checked against publicly or commercially available information. A pass is a successful check of the evidence provided.
Evidence of bank account facilities (either a letter signed and stamped by your bank or accompanied by a recent bank statement) and expect this to be verified.
Evidence of financial capacity тАУ please provide your last 2 years financial accounts and expect these to be checked against publicly or commercially available information. Financial capacity assessment is by comparison between your turnover and the tender value, your turnover should be expected to exceed twice the tender value.
Evidence of Economic capacity тАУ using your last 2 years financial accounts economic capacity will be assessed by:
1) Debt to equity = Total debt/Total equity;
2) Quick ratio = (Current assets тАУ Inventories)/Current liabilities;
3) Interest coverage ratio = Operating income (or EBIT)/Interest expense.
These tests will be assessed individually for pass/fail.
These assessments will be compared to your industry sector mean at the time of the tender process. Favorable results (better than 80 % of mean) will result in a pass.
III.1.3) Technical and professional ability:
List and brief description of selection criteria: References for similar previous contracts/projects within the last 3 years. Each reference must be detailed тАУ as a general rule, at least 2 of the references must be appropriate to the contract (minimum requirement). Provision of these will be taken as a pass but expect that they may be verified.
Documentation for technical capacity тАУ a short summary of your organisationтАЩs previous experience in the sector relevant to the tender with reference to current facilities, capability, equipment, workforce composition, a definition of the product range, years in business, staff turnover. It is expected that this will be appropriate to the nature of the tender industry sector in order to pass.

III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement

Framework agreement with a single operator
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.2.2) Time limit for receipt of tenders or requests to participate
Date: 2019-07-26 Local time: 09:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:2(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2019-07-26 Local time: 10:30

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Official name: Plymouth Marine Laboratory
Postal address: Prospect Place, The Hoe, Plymouth
Town: Plymouth
Postal code: PL1 3DH
Country: United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
All tenders will be reviewed and assessed within 14 days from the end of the tender publishing.

VI.5) Date of dispatch of this notice:2019-06-21

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy