Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Hydrographic Survey Vessel.

  • Cyhoeddwyd gyntaf: 10 Rhagfyr 2013
  • Wedi'i addasu ddiwethaf: 10 Rhagfyr 2013

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
Port of London Authority
ID Awudurdod:
AA25026
Dyddiad cyhoeddi:
10 Rhagfyr 2013
Dyddiad Cau:
01 Gorffennaf 2014
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

This notice seeks expressions of interest from economic operators experienced in building fibre reinforced plastic (or alternative appropriate material) commercial vessels to the UK Maritime and Coastguard Agency Workboat Code 1998 ("The Brown Code"), as amended, and capable of meeting the contracting entity's qualification requirements, as set out in this notice. This notice calls for tenders for the vessel build from those boatbuilders identified by the contracting entity as qualifying and invited to tender. The purpose of the contract is the build and delivery to Gravesend UK of a specialist hydrographic survey vessel to the contracting entity's specification. The hydrographic vessel will be approximately 16m length on the waterline, of twin-hull catamaran hull form, with Scania DI 13 or similar marine diesel engine and Kamewa (or similar) waterjet propulsion suited to a cruising speed of 20 knots and maximum speed 24 knots. The hull form and hydrodynamic characteristics should allow operation at up to 60 nautical miles from a safe haven in conditions of up to the upper end of sea state 4 with accelerations at the helm position, in such state, of no more than 0.8 g. The maximum water draught will be 1.2 m and maximum air draught (mast lowered) of 4.1 m. Further details will be given in the specification.

Testun llawn y rhybydd

HYSBYSIAD O GONTRACT - CYFLEUSTODAU

Adran I: Endid Contractio

I.1)

Enw, Cyfeiriad a Phwynt(iau) Cyswllt


Port of London Authority

London River House, Royal Pier Road

Gravesend

DA12 2BG

UK

Head of Marine Engineering

Andy Nailor

+44 1474562444

andrew.nailor@pla.co.uk


http://www.pla.co.uk/contact/index_enquiry.cfm/site/contact

http://www.pla.co.uk/contact/index_enquiry.cfm/site/contact
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio

I.2)

Prif weithgaredd neu weithgareddau'r endid contractio

Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio

Adran II: Amcan y Contract

II.1)

Disgrifiad

II.1.1)

Teitl a roddwyd i'r contract gan yr endid contractio

Hydrographic Survey Vessel.

II.1.2(a))

Math o gontract gwaith

II.1.2(b))

Math o gontract cyflenwadau

Blwch wedi'i dicio Blwch heb ei dicio Blwch heb ei dicio
Blwch heb ei dicio Blwch heb ei dicio

II.1.2(c))

Math o gontract gwasanaeth

II.1.2)

Safle neu leoliad y gwaith, man cyflawni neu berfformio

The vessel will be built at a location agreed between the contracting entity and the successful tenderer. This contract is to include delivery of the vessel to Gravesend, Kent, UK.


Cod NUTS  UKI21

II.1.3)

Mae'r hysbysiad hwn yn ymwneud â

Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio

II.1.4)

Gwybodaeth am gytundeb fframwaith (os yw'n berthnasol)

Blwch heb ei dicio
Blwch heb ei dicio

Nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith

Hyd y cytundeb fframwaith

Amcangyfrif o gyfanswm gwerth pryniannau yn ystod cyfnod llawn y cytundeb fframwaith

Amlder y contractau a ddyfernir

II.1.5)

Disgrifiad byr o'r contract neu'r pryniant/pryniannau

This notice seeks expressions of interest from economic operators experienced in building fibre reinforced plastic (or alternative appropriate material) commercial vessels to the UK Maritime and Coastguard Agency Workboat Code 1998 ("The Brown Code"), as amended, and capable of meeting the contracting entity's qualification requirements, as set out in this notice. This notice calls for tenders for the vessel build from those boatbuilders identified by the contracting entity as qualifying and invited to tender. The purpose of the contract is the build and delivery to Gravesend UK of a specialist hydrographic survey vessel to the contracting entity's specification. The hydrographic vessel will be approximately 16m length on the waterline, of twin-hull catamaran hull form, with Scania DI 13 or similar marine diesel engine and Kamewa (or similar) waterjet propulsion suited to a cruising speed of 20 knots and maximum speed 24 knots. The hull form and hydrodynamic characteristics should allow operation at up to 60 nautical miles from a safe haven in conditions of up to the upper end of sea state 4 with accelerations at the helm position, in such state, of no more than 0.8 g. The maximum water draught will be 1.2 m and maximum air draught (mast lowered) of 4.1 m. Further details will be given in the specification.

II.1.6)

Geirfa Gaffael Gyffredin (CPV)

34521000

II.1.7)

Contract wedi'i gwmpasu gan Gytundeb Caffael y Llywodraeth (GPA)

Blwch wedi'i dicio

II.1.8)

Rhannu'n lotiau

Na

II.1.9)

A gaiff cynigion amrywiadol eu derbyn?

Na

II.2)

Maint neu Gwmpas y Contract

II.2.1)

Cyfanswm maint neu gwmpas

Build and delivery of one hydrographic survey vessel, complete with all machinery and equipment (including specialist multibeam survey equipment and other sensors provided by the contracting entity), built to the specification to be issued by the contracting entity. The contract price is to include all costs of UK MCA approved Certifying Authority design approval, survey and certification, purchaser's trials and include all costs associated with delivery to Gravesend, UK, and all other costs arising from build as set out in the contract conditions (copies available from the contracting entity).

600 000800 000
GBP

II.2.2)

Opsiynau

Amserlen dros dro ar gyfer defnyddio'r opsiynau hyn

Nifer yr adnewyddiadau posibl

Yn achos contractau adnewyddadwy, amserlen amcangyfrifedig ar gyfer galwadau dilynol am gystadleuaeth:

II.3)

Hyd y contract neu derfyn amser ar gyfer ei gwblhau

  08 - 09 - 2014   26 - 06 - 2015

Adran III: Gwybodaeth Gyfreithiol, Economaidd, Ariannol a Thechnegol

III.1)

Amodau sy'n ymwneud â'r contract

III.1.1)

Adneuon a gwarantau sydd eu hangen

The successful tendering economic operator (boatbuilder) will be required to have in place bank guarantees or other instruments as agreed by the contracting entity (payable in the UK in GB Pounds) to be provided, covering each stage payment, to ensure performance of the boat building project to the agreed programme and quality thus ensuring that the vessel meets the contracting entity's performance specification requirements.

III.1.2)

Prif Delerau ariannu a thalu a/neu gyfeiriad at y darpariaethau perthnasol

The contract is to be a fixed price contract, priced in GB pounds. Stage payments will be made by BACS transfer in GB Pounds, payable upon presentation of invoices for each stage and will be submitted on completion of each corresponding stage of the vessel build programme. The programme for stage payments and invoice payment arrangements will be subject to negotiation and agreement between the successful contracting entity (boat builder) and the contracting entity.

III.1.3)

Y ffurf gyfreithiol i'w chymryd gan y grŵp o gyflenwyr, contractwyr neu ddarparwyr gwasanaeth y caiff y contract ei ddyfarnu iddo

The economic operator is to be a boat building company or similar legal entity registered at Companies House in the UK or at the appropriate similar registration authority in the operator's host country. A nationalised or publicly-owned boatbuilding operator that is registered through a legal process with its national government would also qualify.

III.1.4)

Amodau penodol eraill y mae perfformiad y contract yn ddarostyngedig iddynt

Economic operators who wish to enter tenders for this contract must meet the contracting entity's qualification requirements and submit an expression of interest to the contracting entity stating how they meet the qualification requirements. The contracting entity will issue the boat build specifications, draught conditions of contract and invite tenders from those economic operators that the contracting entity chooses from the list of qualifying boat builders. The contracting entity's terms and conditions of contract for ship building will apply to any contract and the contract will be subject to English Law under the jurisdiction of English Courts. Intellectual property rights for the specification will remain at all times vested in the contracting entity. Intellectual property rights in the vessel design and drawings will remain with the successful tenderer.

III.2)

Amodau ar gyfer Cymryd Rhan

III.2.1)

Sefyllfa bersonol cyflenwyr, contractwyr neu ddarparwyr gwasanaeth


Economic operator interested in this contract must be members UK Shipbuilders' and Shiprepairers' Association or similar equivalent trade association for their country of operation. The technical principal of the economic operator must be registered as a European Engineer (EurEng) or UK Chartered Engineer (CEng) or similarly qualified professional appropriate to the country of the economic operator in the business of boat building.

III.2.2)

Capasiti economaidd ac ariannol


Only economic operators who can demonstrate that they have the resources, financial capability and corporate stability to succeed in this project will be included in the qualifying list for issue of invitations to tender. With their expression of interest, ecomomic operators should submit extracts from audited accounts for the last three financial years, together with a client list of boat building projects completed, as evidence of their economic strength and technical suitability. To qualify for invitation to tender, economic operators must submit an expression of interest to the contracting entity by 10:00 local time on Friday 14th February 2014. Invitations to tender and the specification that is to be used for tendering will be issued to qualifying economic operators during week commencing Monday 10th March 2014. Economic operators' tenders are to be received in writing by the contracting entity no later than 10:30 GMT on Tuesday 1st July 2014.


III.2.3)

Capasiti technegol


In any expressions of interest in this contract, economic operators must explain how their proposed construction procedures and use of materials will be conducted in a manner that is consistent with the requirements of all relevant UK and European environmental protection and health and safety legislation and regulations. Economic operators interested in this contract must employ sufficient labour within their own staff in all technical trades to complete the building and fit-out of the vessel. Alternatively or additionally, where sub-contract labour is to be employed or where a proportion of the boat build is to be assigned to a sub-contract boatyard or other entity, the economic operator submitting the expression of interest should explain in detail and provide evidence within the expression of interest of the location of the sub-contractor and that the sub-contracting company (ies) have sufficient resource and technical capability to achieve the work required and demonstrate that the proposed sub-contractor or entity to which work is assigned will also meet relevant UK and European environmental and health and safety legislation and regulations.


III.2.4)

Contractau sydd wedi'u cadw

Blwch heb ei dicio
Blwch heb ei dicio

Adran IV: Gweithdrefn

IV.1)

Math o Weithdrefn


Blwch heb ei dicio Blwch heb ei dicio
Blwch wedi'i dicio Na

IV.2)

Meini Prawf Dyfarnu

Na

Na
Ie
Best value for money: Quality provision and likely delivery score balanced against total cost score in a 60% / 40% proportion. 100
Adherence by tenderer to contracting entity's specification and operational and project requirements. 60
Likely performance of contracting entity in delivery of completed vessel to quality: Shipyard facilities and skills. 60
Likely performance of contracting entity in delivery of completed vessel to quality: Control of sub-contractors. 60
Likely performance of contracting entity in delivery of completed vessel to quality: Project management experience. 60
Likely performance of contracting entity in delivery of completed vessel to quality: Experience of building similar vessels. 60
Likely performance of contracting entity in delivery of completed vessel to quality: In-house lamination and other key capabilities. 60
Preparation and provision of quality plan and other quality documentation. 60
Tendered price. 40
Cost to contracting entity of supervision of build and completion of trials. 32

IV.2.2)

Defnyddir arwerthiant electronig

Na

IV.3) Gwybodaeth Weinyddol

IV.3.1)

Rhif cyfeirnod a roddwyd i'r hysbysiad gan yr endid contractio

EC357

IV.3.2)

Cyhoeddiad blaenorol sy'n ymwneud â'r un contract

Blwch heb ei dicio
Blwch heb ei dicio


Cyhoeddiadau blaenorol eraill

IV.3.3)

Amodau ar gyfer cael dogfennau contract a dogfennau ychwanegol

  10 - 04 - 2014

 


IV.3.4)

Terfyn amser ar gyfer derbyn tendrau neu geisiadau i gymryd rhan

  01 - 07 - 2014   10:00

IV.3.5)

Yr iaith neu'r ieithoedd y gellir ei/eu defnyddio i lunio tendrau neu geisiadau i gymryd rhan

Blwch wedi'i dicio     

IV.3.6)

Isafswm y cyfnod y mae'n rhaid i'r cynigiwr gadw ei dendr 

IV.3.7)

Amodau ar gyfer agor tendrau




Adran VI: Gwybodaeth Ategol

VI.1)

Nodwch a yw'r Broses Gaffael hon yn digwydd yn Rheolaidd a rhowch amcangyfrif o pryd y caiff hysbysiadau pellach eu cyhoeddi

VI.2)

A yw'r contract yn ymwneud â Phrosiect/Rhaglen a ariennir gan Gronfeydd Cymunedol?

Na



VI.3)

Gwybodaeth Ychwanegol

Expressions of interest from economic operators, with explanation of qualification - requirements for which are set out elsewhere in this notice - are to be received by the contracting entity by 10:00 local time on Friday 14th February 2014. Invitations to tender, together with the specification for the vessel, draught conditions of contract and other statements of requirements will be sent out to qualifying economic operators in the week commencing Monday 10th March 2014. Tenders for the contract should be submitted by economic operators and received in writing (by post or by electronic mail) by the contracting entity no later than 10:30 local time on Tuesday 2nd July 2014.

VI.4)

Gweithdrefnau ar gyfer apelio

VI.4.1)

Corff sy'n gyfrifol am weithdrefnau apelio


Director of Marine Operations, Port of London Authority

London River House, Royal Pier Road

Gravesend

DA12 2BG

UK


+44 1474562252

www.pla.co.uk/contact/index_enquiry.cfm/site/contact

Corff sy'n gyfrifol am weithdrefnau cyfryngu


Harbour Master (Lower), Port of London Authority

London River House, Royal Pier Road

Gravesend

DA12 2BG

UK


+44 1474562252

www.pla.co.uk/contact/index_enquiry.cfm/site/contact

VI.4.2)

Cyflwyno apeliadau


To receive attention, appeals or requests for mediation must be logged with the body responsible by 10:30 local time seven days after announcement of the contract award.

VI.4.3)

Gwasanaeth y gellir cael gwybodaeth ynglŷn â chyflwyno apeliadau oddi wrtho


Not applicable.








VI.5)

Dyddiad yr anfonwyd yr Hysbysiad hwn

  09 - 12 - 2013

Codio

Categorïau nwyddau

ID Teitl Prif gategori
34521000 Awyrennau at ddibenion arbennig Cychod

Lleoliadau Dosbarthu

ID Disgrifiad
Nid oes unrhyw leoliadau dosbarthu ar gyfer yr hysbysiad hwn.

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
N/a
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.