Supply of One New Towage Boat (Design and Build)
A Contract Award Notice
by ORKNEY ISLANDS COUNCIL
- Source
- Find a Tender
- Type
- Contract (Goods)
- Duration
- not specified
- Value
- £7M
- Sector
- TRANSPORT
- Published
- 28 Sep 2022
- Delivery
- not specified
- Deadline
- n/a
Concepts
Location
On completion of successful sea trials the vessel is required to be delivered to the Orkney Islands, however the location of the ship yard is not stipulated
1 buyer
- Orkney Islands Council Kirkwall
1 supplier
- Sanmar Shipyards Istanbul
Description
Orkney Islands Council, as Statutory Harbour Authority (the “Authority”) has a requirement for the supply of one design and build tug boat which meets the Council’s specification, which are required to provide a safe and reliable towage service in the Scapa Flow (including Flotta Oil Terminal) and Kirkwall harbour areas.
Total Quantity or Scope
The Basic Specification is given as a guide as to the specific requirements of the Owner. 1.1. The principal dimensions of the vessel are expected to be approximately as follows:- Length overall : +/- 32 metres Breadth extreme : 12 to 14 metres Operating draft : MAXIMUM of 5.50 metres (navigational draft), when fully loaded with fuel and FW 1.2. The vessel is to be constructed, equipped and outfitted in accordance with the latest Rules and Regulations of Lloyd’s Register or other IACS member society, for Unrestricted Service. 1.3. The vessel is to be constructed under survey of Lloyd’s Register or other IACS member society, and delivered in Class. As a minimum, Class Notations assigned should be the following (or equivalent according to the Classification Society):- +100A1 Escort Tug UMS +LMC Firefighting 1 with water spray *IWS 1.4. The Gross Tonnage should be less than 500. 1.5. The design, construction and fitout of the vessel is to be in compliance with all statutory international regulations and MCA requirements for a vessel of UK Class IX. 1.6. Crew accommodation to be provided in 6 single cabins, two of which to also have folding or pull-out bunks for occasional use. Lifesaving appliances to be provided for 16 persons, 1.7. Vessel to be delivered UK flagged. Contractors to arrange for MCA inspection, in order to issue ‘Record of Inspection of Safety Equipment’ (MSF1102). 1.8. The vessel’s stability and freeboard should be suitable to permit carrying one 20- foot container on the main deck, of gross weight up to 10 tonnes, whilst the vessel is fully loaded with fuel and fresh water. The provision (design and build contract) of one new build tug to meet the Council’s specification, Lot 1 will be for a new build tug that is currently under construction with a Contract duration and delivery timescale following successful sea trials, of within 6 months. The Authority already operates tug vessels in which the main engines are of Caterpillar manufacture type 3516C or equivalent and as such has requested two engine cost options be provided in respect of main engine emissions criteria - only where the following circumstance applies: If the Contractor can offer a vessel already under construction i.e. keel laid before 1st January 2021. IMO Tier II (keel laid before 1st January 2021) Caterpillar 3516C or equivalent Tier II being achieved in-engine and no exhaust after treatment required. With part completion / ready for owners sea trials due within six months of the issue of this ITT 1.10. Fuel tank capacity to be a minimum of 120 cubic metres. 1.11. Fresh water capacity to be no less than 20 cubic metres. The anticipated Contract Duration from award of Contract (Lot 1) to delivery of the vessel, following successful sea trials, will be from August 2022 to 31 January 2023 Additional information: The anticipated Contract Duration from award of Contract (Lot 1) to delivery of the vessel, following successful sea trials, will be from August 2022 to 31 January 2023.
Award Detail
1 | Sanmar Shipyards (Istanbul)
|
Award Criteria
Quality | 70 |
price | 30 |
CPV Codes
- 34513200 - Tug boats
- 34521000 - Specialised boats
- 34520000 - Boats
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. ** Envisaged number of candidates: 5 Objective criteria for choosing the limited number of candidates: The candidates that achieve the top 5 highest scores in the scored and weighted sections of the SPD will be considered further at the award criteria stage for the quality and cost evaluation. Orkney Islands Council reserves the right to cancel the procurement at any stage and not award a Contract. The expenditure, work or effort undertaken by bidders prior to the award of any Contract is accordingly a matter solely for the commercial judgement of bidders. Late tenders will not be considered by the Council and all questions are to be submitted via the Questions and Answers section of this contract advertisement on PCS. An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations may bring proceedings in the Sheriff Court of Court of Session. (SC Ref:708179)
Reference
- ocds-h6vhtk-036c0c
- FTS 027144-2022