Supply Design and Build of a New Polar Research Vessel
In April 2014, The Chancellor of the Exchequer announced a two hundred million pound (sterling) investment for a New Polar Research Vessel (NPRV) to be funded by the Department of Business, Innovation and Skills (BIS). A proportion of the available funding will be used to improve other related infrastructure.
United Kingdom-Swindon: Ships
2014/S 204-361002
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
UK Shared Business Services Ltd
North Star House, North Star Avenue
Contact point(s): Major Projects Procurement
For the attention of: Allan Evett
SN2 1FF Swindon
UNITED KINGDOM
Telephone: +44 1793867298
E-mail: allan.evett@uksbs.co.uk
Internet address(es):
General address of the contracting authority: http://www.uksbs.co.uk/Pages/default.aspx
Address of the buyer profile: http://www.uksbs.co.uk/services/procure/Pages/supplier.aspx
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Natural Environment Research Council
Polaris House, North Star Avenue
SN2 1EU Swindon
UNITED KINGDOM
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Purchase
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The NPRV will be a dual purpose ice capable vessel to replace the two Royal Research Ships: James Clark Ross and Ernest Shackleton. It will be designed to undertake leading edge multi-disciplinary science in both polar regions and annually resupply the UK’s Antarctic research stations.
Key features of the NPRV will be:
— Length of approximately 120 m and a breadth of approximately 23 m;
— Draft of approximately 6.8 m;
— Scientific cargo volume of approximately 900 cu metres;
— Endurance for up to 60 days (Polar Regions);
— Helicopter capable;
— Ability to launch aerial and ocean robotic systems;
— Crew compliment will be approximately 30;
— Up to 60 scientists and support staff will be accommodated on-board.
A Project Board to oversee and govern the project was formed in March 2014, comprising key stakeholders from BIS, BAS and NERC. A Project Management office is now established at the British Antarctic Survey (BAS) head office in Cambridge to execute the project.
The NPRV is being procured under European Union procurement rules to secure a design and build contract from a worldwide competitive tender. BAS have appointed a UK based naval architect, Houlder Limited to assist in compiling the Statement of Requirements and refining the concept design for the new vessel.
Expressions of interest should be made to the contract point detailed in I.1).
II.1.6)Common procurement vocabulary (CPV)
34510000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The estimated Contract duration detailed in II.3) includes a one year guarantee period.
Invitations to Tender for short-listed shipyards will be sent out in March 2015. It is then planned to agree a shipbuilding contract with the successful bidder in November 2015. The delivery date will be the Autumn of 2018 and the NPRV will go into service in September 2019 after completing a comprehensive tests and trials programme.
Estimated value excluding VAT: 170 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing 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
Description of particular conditions: The government has set out the need for greater transparency across its operations to enable the public to hold public bodies and politicians to account. This includes commitments relating to public expenditure, intended to help achieve better value for money.
As part of the transparency agenda, government has made the following commitments with regard to procurement and contracting:
New items of central government spending over 25 000 GBP to be published on-line from November 2010. All new central government contracts to be published in full from January 2011.
Suppliers and those organisations looking to bid for public sector contracts should be aware that if they are awarded a new government contract, the resulting contract between the supplier and government will be published. In some circumstances, limited redactions will be made to some contracts before they are published in order to comply with existing law and for the protection of national security.
Service providers must clearly demonstrate recent successful experience in similar projects and environments. Potential suppliers will be excluded if one of the following applies, the supplier is in a state of bankruptcy, insolvency, compulsory winding up, administration, receivership, composition with creditors or any analogous state or subject to relevant proceedings, has been convicted of a criminal offence related to the business of professional misconduct, has committed an act of grave misconduct in the course of business has not fulfilled obligations relating to the payment of taxes is guilty of serious misrepresentation in supplying information required by the authority, is not in the possession of a licence or not a member of the appropriate trade or other organisation where the law requires it.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: See pre-qualification and contract documentation issued in the Request for Information (RFI).
III.2.3)Technical capacity
See pre-qualification and contract documentation issued in the Request for Information (RFI).
Minimum level(s) of standards possibly required:
See pre-qualification and contract documentation issued in the Request for Information (RFI).
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: See contract documentation when issued with tender documentation.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2014/S 177-312409 of 16.9.2014
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
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
IV.3.8)Conditions for opening of tenders
Date: 27.7.2015 – 12:00
Place:
Cambridge.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Authorised officers of UKSBS and the Natural Environment Research Council (NERC).
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
UK Shared Business Services Ltd
North Star Avenue, North Star House
SN2 1FF Swindon
UNITED KINGDOM
E-mail: policy@uksbs.co.uk
Internet address: www.uksbs.co.uk
VI.5)Date of dispatch of this notice: