Supply Ships for Surveys of Cetaceans During 2016
Ships for Surveys of Cetaceans During 2016 as part of the SCANS-III project.
United Kingdom-St Andrews: Ships
2015/S 227-413455
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University of St Andrews
The Old Burgh School, Abbey Walk
Contact point(s): Procurement
For the attention of: Adrian Wood
KY16 9LB St Andrews
UNITED KINGDOM
Telephone: +44 1334462523
E-mail: procurement@st-andrews.ac.uk
Internet address(es):
General address of the contracting authority: http://www.st-andrews.ac.uk/procurement
Address of the buyer profile: http://www.st-andrews.ac.uk/media/procurement/buyer-profile.pdf
Electronic access to information: https://in-tendhost.co.uk/universityofstandrews
Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/universityofstandrews
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
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
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: UK-St Andrews.
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 University of St Andrews is required to carry out shipboard surveys during summer 2016 to collect visual and acoustic data on porpoises, dolphins and whales (cetaceans) to estimate population sizes. The survey area includes waters to the west of the UK and Ireland, and in the Bay of Biscay. The University’s Sea Mammal Research Unit (SMRU) is coordinating the project and the surveys.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site athttp://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=421297
II.1.6)Common procurement vocabulary (CPV)
34510000, 63726400
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The University expects to have a requirement for two survey vessels, each for a minimum of 21 days and a maximum of 45 days during summer 2016. Surveys will take place within the period 20 June to 5 August 2016. The first 2-4 days will be spent setting up equipment on-board and training the survey personnel. The ship will be in port for part of this period. The final day of the charter will be used for disembarkation / demobilisation. Ships will be expected to be operational during weekdays and weekends. Surveying will take place throughout daylight hours when weather permits.
The survey area will be divided into survey blocks and a ship will be allocated to a block to be surveyed within the stated period. To minimise expense and maximise time spent surveying, the choice of ships and allocation of ships to survey blocks will consider the location of their homeport. The chief scientist on board will determine survey tracks. Survey operations will take place only in sea conditions less than or equal to Beaufort 4.
Please also see ITT.
II.2.2)Information about options
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
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
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(7) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
III.2.3)Technical capacity
(1) A statement of the candidate’s average annual number of staff and managerial staff over the previous 3 years.
(2) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.
(3) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.
(4) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided.
(5) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
(6) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(7) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(8) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 7.1.2016 – 12:00
Place:
University of St Andrews — Procurement.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Appointed Procurement staff.
Section VI: Complementary information
VI.3)Additional information
All tenders for the University of St Andrews are administered through our e-Tendering system (In-Tend). To express an interest please go to our tender web-site at: https://in-tendhost.co.uk/universityofstandrews
Please note that ‘Notes of Interest’ placed via PCS (Public Contracts Scotland) are not automatically accepted.
(SC Ref:421297).
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: