background information - nlb.g2b.infonlb.g2b.info/docs/...nlv_pharos_dry_dock_services_1_…  ·...

159
Northern Lighthouse Board TENDER FOR THE PROVISION OF: DRY DOCKING SERVICES FOR NLV PHAROS REF: TPHA/DRYD/0638 OJEU REF: 2009/S 239-342269 INTRODUCTION Page 1 of 159 Issue No: 1 Revision No: 1 Active Date: 2 December 2009 This Tender has been created in MS Word 2007 and is designed to be completed electronically. If you have downloaded this Tender from our Buyer Profile can you please register your interest with Fiona Lynch, Commercial Manager by emailing [email protected] You may wish to read NLB’s Procurement Guide and a copy can be found

Upload: doantruc

Post on 30-Jan-2018

220 views

Category:

Documents


4 download

TRANSCRIPT

Page 1: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

TENDER FOR THE PROVISION OF: DRY DOCKING SERVICES FOR NLV PHAROS

REF: TPHA/DRYD/0638

OJEU REF: 2009/S 239-342269

INTRODUCTION

Page 1 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

This Tender has been created in MS Word 2007 and is designed to be completed electronically.

If you have downloaded this Tender from our Buyer Profile can you please register your interest with Fiona Lynch, Commercial Manager by emailing [email protected]

You may wish to read NLB’s Procurement Guide and a copy can be found on our buyer profile http://nlb.g2b.info under the Buyer Profile/Other Information headings.

Page 2: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

Introduction8Following our OJEU Open Procedure contract notice you have requested our invitation to tender (ITT) documents. Please ensure you understand all aspects of this ITT. All information contained within this ITT will be used by the Commissioner of Northern Lighthouses operating as the Northern Lighthouse Board (NLB) for the purposes of this project only. This ITT is non-transferable, if you decide you do not wish to tender please inform Fiona Lynch, Commercial Manager Email: [email protected] as soon as possible and where possible explain why you have decided not to tender.

Tenderers are advised to answer all questions.

Text marked with an asterisk * indicates a response and/or information that must be returned. While a lack of response may not preclude your company from consideration, NLB will request no further information before the evaluation of tenders. Therefore it is in your interest to ensure that your submission is complete at the time of sending. You may provide additional information, if relevant, with your tender submission.

This tender is subject to the EU Procurement Directive 2004/18/EC Restricted Procedure and our notice 2009/S 239-342269 was published by OJEU on 11 December 2009.

No information contained in this ITT, or in any communication made between NLB and any Tenderer in connection with this ITT, shall be relied upon as constituting a contract, agreement or representation that any contract shall be offered in accordance with this ITT. NLB reserves the right, subject to the appropriate procurement regulations, to change without notice the basis of, or the procedures for, the competitive tendering process or to terminate the process at any time. Under no circumstances shall NLB incur any liability in respect of this ITT or any supporting documentation.

Direct or indirect canvassing of any NLB Commissioners, NLB staff, public sector employee or agent by any potential bidder concerning this requirement, or any attempt to procure information from any NLB Commissioner, NLB Staff, public sector employee or agent concerning this ITT may result in the disqualification of the Tenderer from consideration for this requirement.

NLB will not reimburse any costs incurred by Tenderers in connection with preparation and submission of their responses to this ITT.

All information contained within this ITT will be used to inform NLB’s project board/team relating to this project alone.

Tenderers are advised to answer all questions. While a lack of response may not preclude you from consideration, NLB will request no further information before the evaluation of responses and the issuing of the invitations to tender. Therefore it is in your interest to ensure that your submission is complete at the time of sending. You may provide additional information, if relevant, with your tender submission.

Page 2 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 3: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

Background Information

The Commissioners of Northern Lighthouses – operating as the Northern Lighthouse Board (NLB) and the Corporation of Trinity House (England, Wales, Channel Islands and Gibraltar) together with the Commissioners of Irish Lights (the whole of Ireland - are the General Lighthouse Authorities (GLAs) with responsibility, subject to certain provisions, for the superintendence and management of “all lighthouses, buoys and beacons” throughout their respective geographical areas including “the adjacent seas and islands....” within and beyond territorial waters. In all, the GLAs provide some 1,200 traditional aids complemented by a mix of radio navigation aids for the safety of all mariners engaged in general navigation irrespective of who pays for the service, the size or type of the vessel, her equipment fit, the competence of her crew, or her flag.

Through an agreement with the Government of the Irish Republic the three GLAs provide an integrated network of Aids to Navigation around the British Isles. This discharges both the United Kingdom and Irish Governments’ obligation under the International Maritime Organization’s Safety of Life at Sea Convention.

The costs of the GLA’s services are met from the General Lighthouse Fund (GLF). The income to the GLF comes mostly from light dues which are charged on commercial shipping at United Kingdom and Republic of Ireland ports. There is no provision for Exchequer funding except in the Republic of Ireland and in relation to guarantees under the GLAs’ borrowing powers. The Secretary of State for Transport has a duty to ensure the effective management of the GLF and enable the adequate provision of aids to navigation at the minimum cost.

The Northern Lighthouse Board carries out the functions of the Commissioners of Northern Lighthouses who are constituted in terms of, and are given certain powers and duties by, Part VIII of and Schedules 8 and 9 to the Merchant Shipping Act 1995. The subject matter of that Act is a reserved matter under Section 30 of and Schedule 5 to the Scotland Act 1998 and in terms of Section 29 of the Scotland Act 1998. The Board's affairs will continue to be subject to legislation passed by the United Kingdom Parliament. Ministerial responsibility will remain with the Department for Transport.

Under Section 193 of the Merchant Shipping Act 1995 NLB is the GLA for Scotland and adjacent seas and islands and the Isle of Man, and under Section 195 is vested with the responsibility for the superintendence and management of all lighthouses, buoys and beacons. Our Head Office is at 84 George Street, Edinburgh, EH2 3DA. We have a waterfront operating base in Oban on Scotland’s West Coast and it supports our ships and buoy maintenance work; and provides facilities for helicopters. We have smaller business premises in the Northern Isles.

The efficiency of our Aids to Navigation are measured against international standards set by the International Association of Marine Aids to Navigation and Lighthouse Authorities (IALA). IALA is a non profit, non governmental international technical association. IALA’s aim is to harmonize aids to navigation worldwide and to ensure that the movements of vessels are safe, expeditious, cost effective and harmless to the environment.

Within its area of jurisdiction as a General Lighthouse Authority, NLB has various powers and responsibilities in connection with the provision, maintenance, alteration, inspection and control of lighthouses, buoys and beacons, under Section 197 of the 1995 Act as amended. NLB also has Wreck Removal powers under Section 253 of the Act. For further information please see our website: www.nlb.org.uk

Page 3 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 4: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

Point of ContactAll enquiries must be addressed, to Fiona Lynch as the single point of contact for this exercise, at the address shown below and must be submitted in writing or by email; these shall all be recorded and email is preferable. Tenderers should be aware that it will be the intention of NLB to circulate in writing, to all interested parties all queries and enquiries received together with our response. The source of the question will not be disclosed. To ensure that all Tenderers have the same information, we will respond to all queries and points of clarification raised by 16:00 hours on Tuesday 12th January 2010.

The closing date for receipt of tender is Tuesday 19th January 2010 at 14:00 hours. You should note that NLB may seek amplifying information from Tenderers, or from third parties in amplification of any part of the submission.

Fiona LynchCommercial ManagerNorthern Lighthouse Board84 George StreetEdinburghEH2 3DAUnited Kingdom

Email: [email protected]: 0044 131 473 2436

Completed Tenders should be forwarded using the label provided at Annex VII to:

Director of FinanceNorthern Lighthouse Board84 George StreetEdinburghEH2 3DAUnited Kingdom

NLB have a strict procedure for the control of information and the management of its tender processes. All tender submissions received prior to the tender return deadline with be placed by our Reception Staff within a double locked tender box. The Director of Finance and Commercial Manager each have one key to this box and they or their representatives must both be present to enable opening. This box is only opened after the tender return deadline and the tenders for each project are removed for opening and the box locked. Therefore it is essential that the outer envelope of your tender bears the tender label provided.

Tenders are opened by the Director of Finance and the Commercial Manager (or their appointed representatives) and formally recorded; each page is endorsed and checked for alterations etc. Tenders are then given to the Commercial Section for evaluation.

You must address all aspects of pricing within your tender submission including the method for charging the service, additional services required, recoverable expenses etc. Please ensure that you detail all costs involved with the service provision and any associated costs. NLB will not be liable for any unidentified costs.

Please do not hasten the progress of your tender. All Tenderers will be advised at appropriate stages of the evaluation process and there is no advantage to be made by hastening progress.

Page 4 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 5: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

Submitting a Tender*All Tenders are submitted entirely at the cost of the Tenderer. NLB will not be responsible for any costs associated with any tender submission or subsequent activities. Please note that all tenders must be submitted in 2 hard copies using the label provided, by the closing date. Tenders received after the closing date and those not providing the correct number of copies of all information may not be considered.

Whilst Tenders must be returned in hardcopy using the label provided at Appendix VII, you can also email your Tender submission to [email protected] if you wish to ensure delivery before the deadline. Please put “Tender Ref: TPHA/DRYD/0638” as the subject of the email. We have no limit on the size of email received however to ensure that there are no receipt problems please limit email size to no more than 10 Mb and there is no limit on the number of emails sent. This email box is only opened following the deadline and the above procedure still applies. Tenders received after the closing date will not be considered.

Please be aware that tenders issued are non-transferrable. Should you choose to not to tender please advice Fiona Lynch as soon as possible and do not pass the documentation to any other party. It is in your interest to ensure that all the information requested is provided in your tender submission; that you return the correct number of copies using the label provided; and that your submission reaches us by the closing date.

Tenderers should include a single point of contact in their organisation for their response to the ITT. NLB will not be responsible for contacting the Tenderer through any route other than the nominated contact. The Tenderer must therefore undertake to notify any changes relating to the contact promptly. Please ensure you provide full contact details including an email address, landline and mobile telephone number.

NLB may request to visit your premises, visit a reference site or undertake any appropriate action required as part of the tender evaluation and you may also be asked to attend an interview and make a formal presentation to NLB’s Project Team. Interviews will be held in NLB Board Room at 84 George Street, Edinburgh, Scotland, United Kingdom and attendance is entirely at your own cost. The final detail of such requests will be identified at the tender evaluation stage, all requests will be made in writing and appropriate conditions for participation may be attached.

Mandatory Standstill PeriodThe Northern Lighthouse Board will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to Tenderers. This period allows unsuccessful Tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such information should be required from Fiona Lynch, Commercial Manager.

If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No. 5) and the Public Contracts (Scotland) Regulations (SI 2006 No. 1) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland) and the sheriff court, the Court of Session (Scotland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages.

Page 5 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 6: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

Agreement Nature*

This contract is for Dry Docking facilities for NLV Pharos this will allow annual inspections of safety equipment, lifting gear, repairs & maintenance covering engine room, electrical, accommodation.

Information Required*

Please provide the following information as an attachment to your tender submission and include any relevant additional information:-

Please use Appendix I as a Pricing Schedule and return a copy of this fully costed per item as part of your tender submission. You may wish to append an additional schedule that details all other costs involved with this contract.

A detailed list of all sub-contractors (including their roles) to be employed on this contract.

If you are sub-contracting any major elements of this contract your tender submission must show the sub-contractors willingness to undertake any such elements of the contract. Similarly if you are making a group bid the member of the group must be detailed and the group must be formed into a legal entity with whom NLB can contract.

A contract programme detailing all the requirements and indicating the time elements for each. This programme should give an overall time indicator for this contract. This must show the estimate time in dry dock, time alongside etc.

A statement on how you propose to manage this contract including the nomination of a Contract Manager for daily liaison, Health and Safety of our employees within your premises, access for NLB ‘Owners Orders’ Contractors and other NLB personnel etc.

Full details of the specific dry dock to be used together with the office accommodation requirements for NLB’s Marine Superintendents.

This contract can be terminated by NLB with 30 days written notice.

Payments & Invoicing*The price of the services shall be as stated in the Contract and no increase will be accepted by the NLB unless agreed in writing before delivery of the services.

Unless otherwise stated in the Contract, payment will be made within 30 days of completion of the contract following receipt and agreement of invoices which are to be submitted in arrears, for work completed to the satisfaction of NLB.

Value Added Tax, where applicable, shall be shown separately on all invoices as a strictly net extra charge.

Please provide full details of the proposed invoicing options i.e. annually in advance, quarterly or monthly.

Page 6 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 7: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

Tender Submission Requirements*Your tender proposals must include: - A covering letter Form of Tender Declaration of Non-Collusion Pricing Proposals covering the services and any additional services offered. Details of how the contract will be operated and managed. Full details of the responsible person(s)/account manager and team members allocated to

the contract including CV`s Any other applicable information or alternative offers. Any further information you deem relevant, any qualification of tender or other supporting

details. Clear notification of any of the areas of our requirements that cannot be provided.

It is in your interest to ensure that all the information requested is provided within your tender submission. Incomplete tenders may be disqualified.

Termination of ContractFurther to Clause 18 of our Conditions of Contract, failure to meet the required timescales and any changes to the contract costs may result in immediate termination of the contract by NLB.

Contract PeriodThe contract will commence in February 2010. Estimated timescales for the Dry Dock Services are two full weeks commencing either w/c 15 or 22 February 2010. Please confirm availability of facilities during this period. These dates are approximate and will depend on final contract negotiations etc.

Contract Award CriteriaThe award criteria (and weighting) are detailed below: -

Agreeable contract terms and conditions (10%)

Criteria WeightingAgreeable contract terms and conditions 0.6Declaration of Non Collusion 0.2Form of Tender 0.2

Financial/Cost (30%)

Criteria WeightingFinancial Viability based on Z-score and Dun & Bradstreet Risk of Business Failure

0.5

Project Cost 0.5

Technical & Business Capability (50%)

Criteria WeightingReferences 0.2Insurance 0.1Programme, Including Ships downtime 0.4Information on Dry Dock Facilities 0.2Information on sub contractors 0.1

Good Standing 10%

Page 7 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 8: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

Criteria WeightingStatement of Good Standing 0.3Health & Safety 0.2Quality Assurance/ Quality plan details if not accredited

0.2

Environmental Issues 0.1Disputes 0.1Equality 0.1

Timetable Set out below is the proposed procurement timetable. This is intended as a guide and, whilst the NLB does not intend to depart from the timetable, it reserves the right to do so at any time.

Issue of Invitation to Tender Tuesday 8th December 2009Tender return deadline Tuesday 19th January 2010Mandatory standstill period There will be a 10 working day mandatory

standstill period between the notification of our intent and effecting any agreement.

Tender award 8 February 2010Contract commences February 2010

Contract Pricing This contract will have fixed costs for each item. The price will remain fixed for a minimum period of 90 days from the return of tender.

Assignment The Principle Contractor shall not without written agreement of NLB assign the benefit or burden of this agreement or any part thereof.

Transportation of Contractors Equipment etc.All goods, materials or equipment belonging to the contractor are carried on NLB vessels entirely at the Contractor’s own risk and NLB shall have no liability for such items.

Sub-ContractorsAs Principal Contractors you may wish to sub-contract parts of this contract. You are free to choose your sub-contractors but must advise NLB of all sub-contractors in writing and in advance of their sub-contract offer, NLB reserves the right to approve all sub-contractors in advance and sub-contractors cannot attend any NLB site without our prior approval. This will not relieve the Principal Contractor of any obligation or duty under the contract.

Contractor’s ConductContractors including their staff, sub-contractors and others associated with the Contractor shall conduct themselves in an appropriate manner whilst on any NLB site. A good neighbour approach must to taken to ensure that there is minimum disruption to the locality, others working and neighbours of the site. NLB will investigate all complaints received and take appropriate action.

Contract Progress MeetingsProgress meetings during the duration of the contract shall be held at key stages of the contract and may be held at the Dry Dock Facilities; the Contractors premises or any other site deemed appropriate during Contract.

Page 8 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 9: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

Key Performance Indicators*

The Contractor shall be expected to report to NLB regarding performance of the services.

Variations to the Contract*The Contractor shall not vary the Specification unless instructed by NLB in writing. The Contractor may propose Variations to the Contract for the consideration of NLB but shall not vary the Contract unless instructed in writing by NLB.

Standard Office Hours Our headquarters standard hours are 8.45am to 5.10pm, Monday to Friday, excluding Public Holidays and we also operate a flexible working hours system for our staff between 07.30am and 6.30pm.

HospitalityTenderers and Contractors shall not offer or give, or agree, to give, to any employee or representative of the Northern Lighthouse Board any gift or consideration of any kind as an inducement or reward for doing or regaining from doing or for having done or refrained from doing, any act in relation to the obtaining or execution of this or any other contract with the Northern Lighthouse Board or for showing or refraining from showing favour or disfavour to any person in relation to this or any such Contract. Your attention is drawn to the criminal offences created by the Public Bodies Corrupt Practices Act 1889 and the Prevention of Corruption Acts 1906 and 1916.

NLB’s Intellectual PropertyNLB’s names and logos are protected by Community Trade Marks. Tenderers and Contractors must not infringement NLB’s Intellectual Property Rights by using these without NLB’s written approval and assignation.

PublicityPublicity in relation to participation with this tender exercise is not permitted in any form. Similarly any publicity (irrespective of the form including TV, Radio, Press etc) by the successful Contractor(s) must be with NLB express written permission approving each and every instance in advance. NLB reserves the right to refuse publicity, edit or suggest alternatives to the Contractor’s proposals.

Page 9 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 10: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

Freedom of Information Act 2000 StatementThe Northern Lighthouse Board is a public authority in terms of the Freedom of Information Act 2000 and is under a duty to disclose information relating to all contracts it enters into with third parties with the exception of information of which the disclosure (a) would constitute an actionable breach of confidence owed to the party providing the information; or (b) would be likely to prejudice the commercial interests of the party providing the information. This also applies to information supplied to us during the pre-qualification process. Our scheme for disclosing information is available from our website at www.nlb.org.uk

In respect of any information submitted by a Potential Provider that it considers being commercially sensitive the Potential Provider should:

1. clearly identify such information as commercially sensitive;2. explain the potential implications of disclosure of such information; and3. provide an estimate of the period of time during which the Potential Provider believes that

such information will remain commercially sensitive.

Please submit responses to 1, 2 or 3 as an Annex with the completed ITT

Where a Potential Provider identifies information as commercially sensitive, NLB will endeavour to maintain confidentiality. Potential Providers should note, however, that, even where information is identified as commercially sensitive, NLB might be required to disclose such information in accordance with the FoIA. Accordingly, NLB cannot guarantee that any information marked ‘commercially sensitive’ will not be disclosed.

1. Organisation Details 1.1. Full legal name, address and website of the Potential Provider in whose name the

tender will be submitted (the Prime or Single contractor):

Company Name

Address

Town/City

Postcode

Country

Website (if any)

1.2. Name, position, telephone number and e-mail address of main contact for this project.

Name

Position

Telephone Number

Fax Number (if available)

E-mail (if available)

Page 10 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 11: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

1.3. Current legal status of the Potential Provider (e.g. partnership, private limited company, etc.)

Please(tick one box)

Sole Trader

Partnership

Public Limited Company

Private Limited Company

Other (please state)

1.4. Registration with professional body

Where applicable, is the Potential Provider registered with the appropriate trade or professional register(s) in the EU member state where it is established (as set out in Annex IX B of Directive 2004/18/EC) under the conditions laid down by that member state1).

Evidence of registration with appropriate professional/trade bodyEither insert required details or state ‘None’

1.5. VAT registration number

VAT Registration number

1.6. Please provide a Company organisational structure diagram.

2. Subcontracting and consortiaAll Potential Providers should answer question 2.1. Where a Potential Provider at this stage of the process intends to sub-contract they should also answer questions 2.2 and 2.3 below. Where a Potential Provider becomes aware of the intention to subcontract at later stages in the procurement they are required to notify the Authority of this and provide the information requested below at that time. Where a Potential Provider is a consortium they should indicate which members are proposing to deliver the services.

2.1. Please tick the box below which applies1 In the UK this condition is satisfied by registration with Companies House or a declaration on oath that the candidate is carrying on business in the trade in question in the UK at a specific place of business and under a specific trading name.

Page 11 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 12: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

a) Your organisation is bidding to provide the goods required itself (if ticked, go to question 3)b) Your organisation is bidding in the role of Prime Contractor and intends to use third parties to provide some servicesc) The Potential Provider is a consortium

2.2. If your answer to 2.1 is (b) or (c) please indicate in the table below (by inserting the relevant company/organisation name) the composition of the supply chain, indicating which member of the supply chain (which may include the Potential Provider itself or solely be the Potential Provider) will be responsible for the elements of the requirement.

Requirement Company / OrganisationHow much of the requirement and what will they directly deliver (%)

2.3. If your answer to 2.1 is (b) and you are unable to confirm all sub-contractors (complete supply chain) at this stage, you will need to demonstrate a satisfactory methodology and track record of delivering a supply chain. Please give a brief outline on policy regarding the use of sub-contractors and, if applicable, the extent to which it is envisaged they may be used in any contract.

Methodology for procuring supply chain ([300] words or fewer)

3. Capability3.1. Please provide details of the Potential Provider’s principal areas of business activity,

main products and services

Brief Description of the Potential Provider’s primary business and main products and services.

3.2. Please provide details of the Potential Provider’s staff numbers. Please provide details of the average annual numbers of both staff and managerial staff over the previous 3 years.

Staff numbers

Managerial Staff

Page 12 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 13: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

3.3. If there are any areas where there may be or has the potential to be a conflict of interest (whether now or during the contract period) please declare these, giving full details.

Conflict of Interest Details

Does this have any potential to cause a conflict of Interest?

Yes/No

3.4 Please provide information relating to the Potential Provider’s experience of contracts for similar services?

Potential Providers should provide details of up to three significant private or public sector contracts for similar services, which it has performed. Contracts for the provision of services should have been performed during the past three years.

Information should not be given about contracts performed by any envisaged supply chain member or sub-contractor.

The contracts should have been for services, similar to those outlined in the Requirement.

Potential Providers should ensure that the companies listed would be willing to provide a reference for them and be willing to discuss the Potential Provider’s performance with the Authority. The Authority reserves the right to contact any or all of these companies for a reference and may wish to visit their premises.

(Where the Potential Provider is a special purpose vehicle and not intending to be the main provider of the goods, the information requested should be provided in respect of the principal intended provider of the goods.)

Customer name and address

Contact name, telephone number and email address

Date contract awarded plus, start and finish dates

Contract reference and brief description of requirements undertaken (and value of contract)

Certificate of Acceptance2/ Completion attached? (Y/N)

Names of supply chain members (sub contractors) and/ or consortium members and their role

1. 2. 3.

3.5 Please provide details of the personnel available to the Potential Provider to provide the services in the requirement, particularly those involved with quality control, whether or not they are independent of the Potential Provider.

2 The certificate of acceptance is a document which contains evidence of confirmation that the particular contract was completed.

Page 13 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 14: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

Statement of personnel available to the Potential Provider

3.6 In relation to the requirement please provide details of the Potential Provider’s available technical facilities, research facilities, tools, plant and technical equipment.

Statement of available facilities

3.7 Please provide details of the Potential Provider’s technical ability to perform the contract, including details of skills, efficiency, experience and reliability relevant to the contract.

Details of the Potential Provider’s technical ability

3.8 Please provide details of the Potential Provider’s measures for ensuring quality in relation to the services to be provided under the contract.

Details of the Potential Provider’s measures to ensure quality such as Quality Management systems

4. Financial4.1 Please provide the following financial information or an explanation as to why the Potential Provider cannot provide this information

Page 14 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 15: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

a) A copy of the most recent audited accounts for your organisation that cover the last three years of trading or for the period that is available if trading for less than three years.b) A statement of the organisation’s turnover, Profit & Loss and cash flow position for the most recent full year of trading (or part year if full year not applicable) and an end period balance sheet, where this information is not available in an audited form at (a).c) Where (b) cannot be provided, a statement of the organisation’s cash flow forecast for the current year and a bank letter outlining the current cash and credit facility position.d) If the organisation is a subsidiary of a group, (a) to (c) are required for both the subsidiary and the ultimate parent company. Where a consortium or association is proposed, the information is requested for each member company. e) A separate statement of the organisation’s turnover that relates directly to the supply of this service for the past two years, or for the period the organisation has been trading (if less than two years).

4.2 Parent company and/or other guarantees of performance and financial standing may be required if considered appropriate as well as confirmation of the organisation’s willingness to arrange for a guarantee or a performance bond.

Where the potential provider is dependant financially on a parent company to support its application for this procurement, it must indicate in the box below whether a Parent Guarantee is available if requested.

Where required, Parent Guarantee Available?

YES / NO (please delete)

Are you able to provide a minimum Bank Guarantee/Performance Bond

YES / NO (please delete)

4.3 Name and address of principal banker.

Bank Name

Address

Town/City

Postcode

If requested, would you be willing to provide a Banker’s reference? YES/NO

5 Insurance

Page 15 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 16: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

Please provide evidence of the employers' liability, public liability insurance [and professional liability or indemnity if appropriate] insurance held by the Potential Provider.  The evidence should include the name of the insurers, policy numbers, expiry dates and limits for any one incident and annual aggregate caps and the excesses under the policies.

5.1 Employers’ liability insurance

Name of insurer

Address

Type of insurance

Policy numbers

Expiry date

Limits of indemnity (per occurrence and aggregate)

Excess (if any)

5.2 Public liability insurance

Name of insurer

Address

Type of insurance

Policy numbers

Expiry date

Limits of indemnity (per occurrence and aggregate)

Excess (if any)

5.3 Other insurance (please provide details)

Page 16 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 17: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

Name of insurer

Address

Type of insurance

Policy numbers

Expiry date

Limits of indemnity (per occurrence and aggregate)

Excess (if any)

6. Disputes

6.1 Is there any material pending or threatened litigation or other legal proceedings connected with similar projects against the Potential Provider and/or any of its named supply chain members (sub-contractors) that may affect delivery of this project?

a)

Legal proceedings pending YES / NO (please delete)

b) If you have answered ‘Yes’ to 6.1(a) please give an explanatory statement:

Brief statement (300 words or fewer)Either insert required details or state ‘None’

6.2 Has there been any material litigation or other legal proceedings connected with similar projects against the Potential Provider and/or any of its named supply chain members (sub-contractors) that may affect delivery of this project in the last three years?

a)

Legal proceedings YES / NO (please delete)

b) If you have answered ‘Yes’ to 7.3(a) please give an explanatory statement:

Brief statement (300 words or fewer)Either insert required details or state ‘None’

Page 17 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 18: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

7. Additional Information

7.1 Quality Assurance

Does your organisation hold a recognised Quality Management System certification from an independent body attesting conformity to quality assurance standards based on the relevant European standard or equivalent standard? For example BS/EN/ISO 9000 or equivalent?

Yes/No

If so, please provide a copy of the certificate

If not, does your organisation have a quality management system? If so, please attach an outline of the system. If not, please explain why.

Yes/No

7.2 Health and Safety

If you answer No to any of these questions please explain why.

You may be asked to provide more detailed H&S information and copies of documentation etc if successful

Is your organisation legally obliged to have a Health and Safety Policy? Yes/No

Does your organisation make sure it complies with the Health and Safety at Work Act 1974?

Yes/No

Does your organisation have a written Health and Safety Policy? Yes/No

Does your organisation train its staff in Health and Safety? Yes/No

Please provide details of:- Your accident and incident record including RIDDOR records

(Reporting of Injuries, Disease and Dangerous Occurrences Regulations 1995)

Any HSE, Local Authority Improvement, Prohibition Notice or other warning letter or notice issued to you within the past three years.

If you have had any such Notices or warnings how have things been put right to prevent this happening again.

Page 18 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 19: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

7.3 Environmental Issues

If you do not have such a system please explain why

Do you operate a documented environmental management system? Yes/No

Is this system certified by an independent body attesting conformity to environmental management standards based on the Community Eco-Management and Audit Scheme or the relevant European or International standards or equivalent, and which NLB may apply to the contract?Please include a copy of applicable certificates

Yes/No

If you do which of the following statements best describes it? (Please tick box)

A) It has effective management processes and procedures to manage the significant environmental impacts of our business.

B) It defines the significant environmental impacts of our business but only has plans for the introduction of effective management processes and procedures.

C) It only identifies the environmental impacts of our business.

D) None of the above.

7.4 Equality

If you do not have such a policy or training please explain why.

Is it your policy as an employer to comply with all Equality related legislation, and is it your policy not to treat any one group of people less favourably than others because of their age, disability, gender, race, religion/belief or sexual orientation?

Yes/No

In the last three years has any finding of unlawful discrimination been made against your organisation by any court or industrial or employment tribunal?

Yes/No

Does your organisation have a written Equality Policy? Yes/No

Does your organisation train its staff in Equality and Diversity issues? Yes/No

7.5 Corporate Social Responsibility (CSR)

If you do not have such a policy please explain why.

Does your organisation have a written CSR Policy? Yes/No

Page 19 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 20: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

STATEMENT RELATING TO GOOD STANDINGSTATEMENT RELATING TO GOOD STANDING — GROUNDS FOR OBLIGATORY EXCLUSION (IN ELIGIBILITY) AND CRITERIA FOR REJECTION OF CANDIDATES in accordance with Regulation 23 of the Public Contracts Regulations 2006 (as amended)

PROJECT TITLE: PROVISION OF DRY DOCKING SERVICESWe confirm that, to the best of our knowledge, the Potential Provider is not in breach of the provisions of Regulation 23 of the Public Contracts Regulations 2006 (as amended) and in particular that:

Grounds for mandatory rejection (ineligibility)The Potential Provider or its directors or any other person who has powers of representation, decision or control of the named organisation has not been convicted of any of the following offences:

(a) conspiracy within the meaning of section 1 of the Criminal Law Act 1977 where that conspiracy relates to participation in a criminal organisation as defined in Article 2(1) of Council Joint Action 98/733/JHA (as amended);

(b) corruption within the meaning of section 1 of the Public Bodies Corrupt Practices Act 1889 or section 1 of the Prevention of Corruption Act 1906 (as amended);

(c) the offence of bribery;

(d) fraud, where the offence relates to fraud affecting the financial interests of the European Communities as defined by Article 1 of the Convention relating to the protection of the financial interests of the European Union, within the meaning of:(i) the offence of cheating the Revenue;(ii) the offence of conspiracy to defraud;(iii) fraud or theft within the meaning of the Theft Act 1968 and the Theft Act

1978;(iv) fraudulent trading within the meaning of section 458 of the Companies Act

1985 or section 993 of the Companies Act 2006;(v) defrauding the Customs within the meaning of the Customs and Excise

Management Act 1979 and the Value Added Tax Act 1994;(vi) an offence in connection with taxation in the European Community within

the meaning of section 71 of the Criminal Justice Act 1993; or(vii) destroying, defacing or concealing of documents or procuring the

extension of a valuable security within the meaning of section 20 of the Theft Act 1968;

(e) money laundering within the meaning of the Money Laundering Regulations 2003 or Money Laundering Regulations 2007; or

(f) any other offence within the meaning of Article 45(1) of Directive 2004/18/EC as defined by the national law of any relevant State.

Organisation’s name

Signed

Position

Date

Page 20 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 21: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

Discretionary grounds for rejectionThe Potential Provider confirms that it:

(a) being an individual is not bankrupt or has not had a receiving order or administration order or bankruptcy restrictions order made against him or has not made any composition or arrangement with or for the benefit of his creditors or has not made any conveyance or assignment for the benefit of his creditors or does not appear unable to pay or to have no reasonable prospect of being able to pay, a debt within the meaning of section 268 of the Insolvency Act 1986, or article 242 of the Insolvency (Northern Ireland) Order 1989, or in Scotland has not granted a trust deed for creditors or become otherwise apparently insolvent, or is not the subject of a petition presented for sequestration of his estate, or is not the subject of any similar procedure under the law of any other state;

(b) being a partnership constituted under Scots law has not granted a trust deed or become otherwise apparently insolvent, or is not the subject of a petition presented for sequestration of its estate;

(c) being a company or any other entity within the meaning of section 255 of the Enterprise Act 2002 has not passed a resolution or is not the subject of an order by the court for the company’s winding up otherwise than for the purpose of bona fide reconstruction or amalgamation, nor had a receiver, manager or administrator on behalf of a creditor appointed in respect of the company’s business or any part thereof or is not the subject of similar procedures under the law of any other state;

(d) has not been convicted of a criminal offence relating to the conduct of his business or profession;

(e) has not committed an act of grave misconduct in the course of his business or profession;

(f) has 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 organisation is established;

(g) has 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;

(h) is not guilty of serious misrepresentation in providing any information required of him under this regulation;

(i) in relation to procedures for the award of a public services contract, is licensed in the relevant State in which he is established or is a member of an organisation in that relevant State when the law of that relevant State prohibits the provision of the services to be provided under the contract by a person who is not so licensed or who is not such a member.

Organisation’s name

Signed

Position

Date

Page 21 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 22: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

Grounds for Disqualification

Some of the grounds on which your tender may be disqualified are set out below. These include but are not limited to: Incomplete Tender submission – this includes not providing all the information requested,

not returning the correct documents, insufficient information provided and failure to sign the documents within the ITT.

Late submission of Tender – not received by tender deadline Incorrect, or changes to, information supplied in your tender Lack or breach of confidentiality Publicity of involvement with this exercise Undeclared collusion with other companies – the form on page 46/47 must be fully

completed. If you wish to make any declaration of intent please ensure the fully completed form is provided with your submitted tender.

Failure to follow instructions given in the ITT. Conflict of Interest – either declared or undeclared. Canvassing any employee, agent, Board Member or other official of NLB whether directly

or indirectly. Collusive Tendering – as detailed within the Declaration of Non-Collusion Anti-competitive

practice

Annex I

Page 22 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 23: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

CONDITIONS OF CONTRACT FOR THE PURCHASE OF SERVICESThese conditions may be varied only by the written agreement of the Purchaser. No terms or conditions put forward at any time by the Supplier shall form any part of the

Contract unless specifically agreed in writing by the Purchaser

PLEASE NOTE:

THE OFFICE OF GOVERNMENT COMMERCE MODEL ICT SERVICES AGREEMENT CLAUSES 28.11; 28.12; 40; 41; 42; 43; 48; 45.2 and Schedule 2.5 (HEREINAFTER REFERRED TO AS THE “MANDATORY OGC MODEL AGREEMENT CLAUSES”) WHICH ARE AVAILABLE ON THE PURCHASER’S BUYER PROFILE AT http://nlb.g2b.info HEREBY FORM PART OF THIS CONTRACT AND HAVE THE SAME FORCE AND EFFECT AS IF EXPRESSLY SET OUT IN THEIR ENTIRETY IN THE OPERATIVE PART OF THIS CONTRACT.

ANY REFERENCE IN THE MANDATORY OGC MODEL AGREEMENT CLAUSES TO THE “AUTHORITY” IS A REFERENCE TO THE PURCHASER AS DEFINED HEREIN.

IN THE EVENT OF ANY INCONSISTENCY OR CONFLICT BETWEEN THE MANDATORY OGC MODEL AGREEMENT CLAUSES AND THE TERMS OF THIS CONTRACT, THE FORMER WILL PREVAIL.

1 DEFINITIONSIn these conditions:

‘Purchaser’ means the Commissioners of Northern Lighthouses (known as the Northern Lighthouse Board), a body incorporated under the Merchant Shipping Act 1894 and re-constituted under the Merchant Shipping Act 1995 and having its headquarters at 84 George Street, Edinburgh;

‘Supplier’ means the person, firm or company to whom the Contract is issued;

‘Services’ means the services to be provided as specified by the Purchaser in the Purchase Order and shall, where the context so admits, include any materials, articles and goods to be supplied thereunder;

‘Premises’ means the location where the Services are to be performed, as specified in the Contract or Purchase Order;

‘Contract’ means the contract between the Purchaser and the Supplier consisting of the Purchase Order, quote or tender accepted by the Purchaser, these Conditions and any other documents (or parts thereof) specified in such Purchase Order, tender or quote and any Schedules annexed;

‘Conditions’ means the terms and conditions set out in this document as amended, novated, restated or supplemented from time to time by any written special terms and conditions of sale or supply set out in the Purchase Order;

Page 23 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 24: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

‘Purchase Order’ means the document setting out the Purchaser’s requirements for the Contract.

2 THE SERVICES2.1 The Supplier shall perform and the Purchaser shall accept the Services in accordance with any written quotation of the Supplier which is accepted by the Purchaser, or any written order of the Purchaser which is accepted by the Supplier, subject in either case to these Conditions, which shall govern the Contract to the exclusion of any other terms and conditions.

2.2 The Supplier shall perform the Services with reasonable skill, care and diligence and to the reasonable satisfaction of the Purchaser and shall conform in all respects with any particulars specified in the Contract and in any variations thereto.

2.3 The Services shall conform in all respects with the requirements of any Statutes, orders, regulations or bye-laws from time to time in force.

2.4 In all circumstances the Purchaser relies on the skill and judgement of the Supplier in the performance of the Services and the execution of the Contract.

3 DELIVERY3.1 The Services shall be provided at the Premises or such other location as specified by the Purchaser. Any access to the Premises and any labour and equipment that may be provided by the Purchaser in connection with performance of the Services shall be provided without acceptance by the Purchaser of any liability whatsoever and the Supplier shall indemnify the Purchaser in respect of any actions, suits, claims, demands, losses, charges, costs and expenses which the Purchaser may suffer or incur as a result of or in connection with any damage or injury (whether fatal or otherwise) occurring in the course of performance of the Services to the extent that any such damage or injury is attributable to any act or omission of the Supplier or any of his employees, servants, agents or sub-contractors.

3.2 Where any access to the Premises is necessary in connection with performance of the Services the Supplier and any employees, servants, agents or sub-contractors shall at all times comply with the reasonable requirements of the Purchaser’s security and fire arrangements and shall conduct themselves in an appropriate manner to minimise disruption to the locality, others working and neighbours of such Premises.

3.3 Time of performance of the Services shall be of the essence and failure within the time promised or specified shall enable the Purchaser (at his sole option) to release himself from any obligation to accept and pay for the Services and/or cancel all or part of the Contract therefore, in either case without prejudice to his other rights and remedies.

4 CHANGE TO CONTRACT REQUIREMENTS4.1 The Purchaser may order any variation to any part of the Services that for any other reason shall in its opinion be desirable. Any such variation may include (but shall not be restricted to) additions, omissions, alterations, substitutions to the Services and changes in quality, form, character, kind, timing, method or sequence of the Services.

4.2 Save as otherwise provided herein, no variation of the Services as provided for in Condition 4.1 hereof shall be valid unless given or confirmed in the form of an order given by the Purchaser. All such orders shall be given in writing provided that if for any reason the Purchaser shall find it necessary to give any such order orally in the first instance the Supplier shall comply with such oral order which must be confirmed in writing by the Purchaser within 2 working days of the giving of such oral order by the Purchaser, failing which the variation made by such oral order shall cease to have effect on the expiry of the said 2 working day period.

Page 24 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 25: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

4.3 Where any such variation of the Services made in accordance with Condition 4.1 and 4.2 has affected or may affect the costs incurred by the Supplier in providing the Services, the Supplier will notify the Purchaser in writing of the effect which it has had or may have on the said costs and such notification shall be considered by the Purchaser, who shall take all of the facts into account (including such information as may be provided by the Supplier in respect of the effect which such variation has had or may have on the costs incurred by the Supplier in providing the service) and may authorise such alteration to the sums to be paid to the Supplier in accordance with the provisions of the Contract as are in his opinion, appropriate and reasonable in the circumstances.

5 INSPECTION OF PREMISES AND NATURE OF SERVICES5.1 The Supplier is deemed to have inspected the Premises before tendering so as to have understood the nature and extent of the Services to be carried out and satisfied himself in relation to all matters connected with the Services and Premises.

5.2 The Purchaser shall, at the request of the Supplier, grant such access as may be reasonable for this purpose.

6 SUPPLIERS STATUSIn carrying out the Services the Supplier shall be acting as principal and not as the agent of the Purchaser. Accordingly:

(a) the Supplier shall not (and shall procure that his agents and servants do not) say or do anything that might lead any other person to believe that the Supplier is acting as the agent of the Purchaser and

(b) nothing in this Contract shall impose any liability on the Purchaser in respect of any liability incurred by the Supplier to any other person but this shall not be taken to exclude or limit any liability of the Purchaser to the Supplier that may arise by virtue of either a breach of this Contract or any negligence on the part of the Purchaser, his staff or agents.

7 SUPPLIER’S PERSONNEL7.1 The Supplier shall take the steps reasonably required by the Purchaser to prevent unauthorised persons being admitted to the Premises. If the Purchaser gives the Supplier notice that any person is not to be admitted to or is to be removed from the Premises or is not to become involved in or is to be removed from involvement in the performance of the Contract, the Supplier shall take all reasonable steps to comply with such notice and if required by the Purchaser the Supplier shall replace any person removed under this Condition with another suitably qualified person and procure that any pass issued to the person removed is surrendered.

7.2 If and when instructed by the Purchaser, the Supplier shall give to the Purchaser a list of names and addresses of all persons who are or may be at any time concerned with the Services or any part of them, specifying the capacities in which they are so concerned, and giving such other particulars and evidence of identity and other supporting evidence as the Purchaser may reasonably require.

7.3 The decision of the Purchaser as to whether any person is to be admitted to or is to be removed from the Premises or is not to become involved in or is to be removed from involvement in the performance of the Contract and as to whether the Supplier has furnished the information or taken the steps required of him by this Condition shall be final and conclusive.

7.4 The Supplier shall bear the cost of any notice, instruction or decision of the Purchaser under this Condition.

Page 25 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 26: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

8 MANNER OF CARRYING OUT THE SERVICES8.1 The Supplier shall make no delivery of materials, plant or other things nor commence any work on the Premises without obtaining the Purchaser’s prior consent.

8.2 Access to the Premises shall not be exclusive to the Supplier but only such as shall enable him to carry out the Services concurrently with the execution of work by others. The Supplier shall co-operate with such others as the Purchaser may reasonably require.

8.3 The Purchaser shall have the power at any time during the progress of the Services to order in writing:

(a) The removal from the Premises of any materials which in the opinion of the Purchaser are either hazardous, noxious or not in accordance with the Contract, and/or

(b) the substitution of proper and suitable materials, and/or

(c) the removal and proper re-execution notwithstanding any previous test thereof or interim payment thereof of any work which, in respect of material or workmanship is not in the opinion of the Purchaser in accordance with the Contract.

8.4 On completion of the Services the Supplier shall remove his plant, equipment and unused materials and shall clear away from the Premises all rubbish arising out of the Services and leave the Premises in a neat and tidy condition.

9 TIME OF PERFORMANCEThe Supplier shall begin performing the Services on the date stated in the Purchase Order as the start date and shall complete them by the date stated in the Purchase Order as the end date or continue to perform them for the period stated in the Purchase Order (whichever is applicable). Time is of the essence of the Contract. The Purchaser may by written notice require the Supplier to execute the Services in such order as the Purchaser may decide. In the absence of such notice the Supplier shall submit such detailed programmes of work and progress reports as the Purchaser may from time to time require.

10 PAYMENT10.1 The price of the Goods shall be as stated in the Contract and no increase will be accepted by the Purchaser unless agreed in writing before delivery of the Goods.

10.2 Unless otherwise stated in the Contract, payment will be made within 30 days of receipt and agreement of invoices which are to be submitted monthly in arrears, for work completed to the satisfaction of the Purchaser.

10.3 Value Added Tax, where applicable, shall be shown separately on all invoices as a strictly net extra charge.

11 FREE-ISSUE MATERIALSWhere the Purchaser for the purpose of the Contract issues materials they shall at all times remain the property of the Purchaser. The Supplier shall maintain all such materials in good order and condition and shall use such materials solely in connection with the Contract. The Supplier shall notify the Purchaser of any surplus materials remaining after completion of the Services and shall dispose of them as the Purchaser may direct, complying where applicable, at their own cost with any waste legislation, order, directive or regulations or policy including those referred to in clause 19.2. Waste of such materials arising from bad workmanship or negligence of the Supplier or any of his servants, agents or sub-contractors shall be made good at the Supplier’s expense. Without prejudice to any other of the rights of the Purchaser, the Supplier shall deliver up such materials whether processed or not to the Purchaser on demand.

Page 26 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 27: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

12 AUDITThe Supplier shall keep and maintain until 2 years after the Contract has been completed records to the satisfaction of the Purchaser of all expenditures which are reimbursable by the Purchaser and of the hours worked and costs incurred in connection with any employees of the Supplier paid for by the Purchaser on a time charge basis. The Supplier shall on request afford the Purchaser or his representatives such access to those records as may be required by the Purchaser in connection with the Contract.

13 CORRUPT GIFTS OR PAYMENTSThe Supplier shall not offer to give, or agree to give, to any employee or representative of the Purchaser any gift or consideration of any kind as inducement or reward for doing or refraining from doing or for having done or refrained from doing, any act in relation to the obtaining or execution for this or any other contract with the Purchaser or for showing or refraining from showing favour or disfavour to any person in relation to this or any such contract. The attention of the Supplier is drawn to the criminal offences created by the Public Bodies Corrupt Practices Act 1889 and the Prevention of Corruption Acts 1906 and 1916.

14 PATENTS, INFORMATION AND COPYRIGHT14.1 It shall be a condition of the Contract that, except to the extent the Services incorporate designs furnished by the Purchaser, that nothing done by the Supplier in the performance of the Services shall infringe any patent, trade mark, registered design, copyright or other right in the nature of industrial or intellectual property of any third party, and the Supplier shall indemnify the Purchaser against all actions, claims, demands, costs and expenses which the Purchaser may suffer or incur as a result of or in connection with any breach of this Condition.

14.2 All rights (including ownership and copyright) in any reports, documents, specifications, instruction, plans, drawings, patents, models or designs, whether in writing or on magnetic or other media:

(a) furnished to or made available to the Supplier by the Purchaser shall remain vested in the Purchaser.

(b) prepared by or for the Supplier for use, or intended use, in relation to the performance of this Contract are hereby assigned to and shall vest in the Purchaser and (without prejudice to Condition 17.2) the Supplier shall not and shall procure that his employees, servants, sub-contractors and agents shall not (except to the extent necessary for the implementation of this Contract) without the prior written consent of the Purchaser use or disclose any such reports, documents, specifications, instructions, plans, drawings, patents, models, designs or other material as aforesaid or any other information (whether or not relevant to this Contract) which the Supplier may obtain pursuant to or by reason of this Contract, except information which is in the public domain otherwise than by reason of a breach of this provision, and in particular (but without prejudice to the generality of the foregoing) the Supplier shall not refer to the Purchaser of the contract in any advertisement without the Purchaser’s prior written consent.

14.3 The provisions of this Condition 14 shall apply during the continuance of this Contract and after its termination howsoever arising.

14.4 The Purchaser will hold and use the information the Supplier provides for the administration of the Supplier’s account. The Purchaser undertakes not to divulge this information to any other party unless required to do so by law or to protect the Purchaser’s own business interests. Occasionally the Purchaser may contact the Supplier about general matters that relate to the Purchaser’s business. If the Supplier does not wish to be contacted about these matters or if the Supplier wished further information on the Purchaser’s Data Protection Policy, the Supplier should write to the Data Protection Officer, Northern Lighthouse Board, 84 George Street, Edinburgh EH2 3DA.

Page 27 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 28: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

15 INDEMNITY AND INSURANCE15.1 Without prejudice to any right or remedies of the Purchaser the Supplier shall indemnify the Purchaser against all actions, liabilities, suits, claims, damages, demands, losses, charges, costs and expenses which the Purchaser may suffer or incur as a result of or in connection with any damage to property or in respect of any injury (whether fatal or otherwise) to any person which may result directly or indirectly from any breach of the Contract by the Supplier, negligent or wilful act or omission of the Supplier, or any defect in the Services.

15.2 Except in the case of loss, damage or personal injury (including death) suffered by an employee of the Supplier (in respect of which the indemnity in Condition 15.1 shall apply whether or not the loss, damage or personal injury was caused by the negligent or wilful act or omission of the Purchaser), the indemnity contained in Condition 15.1 shall not apply to the extent that the loss, damage or injury is caused by the negligent or wilful act or omission of the Purchaser.

15.3 The Supplier shall have in force and shall require any sub-contractor to have in force at all times whilst engaged in the delivery of the Services on the Premises:

(a) employer’s liability insurance in accordance with any legal requirements for the time being, and

(b) public liability insurance for not less that £5 million for any one incident and unlimited in total, unless otherwise agreed by the Purchaser in writing, and in such sum and range of cover as the Supplier deems to be appropriate from time to time, but covering at least all matters which are the subject of indemnities or compensation obligations under these Conditions.

15.4 The policy or policies of insurance referred to in Condition 15.3 shall be exhibited to the Purchaser whenever requested, together with satisfactory evidence of payment of premiums.

16 DISCRIMINATION16.1 In relation to the Contract, the Supplier shall not unlawfully discriminate within the meaning and scope of the provisions of the Race Relations Act 1976, the Sex Discrimination Act 1975, the Disability Discrimination Act 1995, the Equality Act 2006, the Employment Equality (Religion or Belief) Regulations 2003, Employment Equality (Sexual Orientation) Regulations 2003 and the Employment Equality (Age) Regulations 2006 or any statutory modification or re-enactment thereof relating to discrimination in employment. The Supplier shall take all reasonable steps to secure the observance of these provisions by all servants, employees or agents of the Supplier and all sub-Contractors employed in the execution of the Contract.

16.2 The Supplier acknowledges that it shall be responsible for obtaining a copy of the Purchaser’s (i) Code of Respect; and (ii) Dignity at Work Policy and the Supplier shall be responsible for ensuring that it and all servants, employees and agents of the Supplier and all sub-contractors employed in the performance of the Supplier’s obligations under the Contract shall comply with the provisions and the spirit of such documents and the Purchaser shall use its reasonable endeavours to provide the Supplier with copies of such documents.

17 CONFIDENTIALITY AND ACCESS TO GOVERNMENT INFORMATION22.1 The Supplier undertakes to abide and procure that his employees abide by the provisions of the Official Secrets Acts 1911 to 1989.

22.2 The Supplier shall keep secret and not disclose and shall procure that his employees keep secret and do not disclose, any information of a confidential nature obtained by him by reason of this Contract except information which is in the public domain otherwise than by reason of a breach of this provision.

Page 28 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 29: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

22.3 All information related to the Contract which is held by the Supplier on behalf of the Purchaser shall be regarded as being held by the Purchaser and is subject to the provisions of the Freedom of Information Act 2000.

22.4 The Purchaser may disclose such information related to the Contract as may be required under the Freedom of Information Act 2000 and the Purchaser shall not be liable for any such disclosure, including without limitation, (i) the disclosure of any information which would constitute an actionable breach of confidence in terms of Section 41 of the aforementioned Act; and (ii) the disclosure of any information which would or would be likely to prejudice the commercial interests of the Supplier in terms of Section 43 of the aforementioned Act.

22.5 Disclosure may be made by the Purchaser of such information relating to the outcome of the procurement process as may be required to be published in the Official Journal of the European Communities or elsewhere in accordance with any EC or UK legislation, statute, order, directive, regulation or Government policy on the disclosure of information regarding government contracts. This disclosure may include the number of tenders received, the identity of the successful tenderer, the winning contract price, the specification of goods or services to be supplied, terms and conditions of contract, quality and performance standards, and subsequent performance against those quality and performance standards.

22.6 The Purchaser may seek and obtain references about the Suppler from banks, existing or past clients, or other referees proposed by the Supplier.

22.7 The Supplier acknowledges that it is aware that the Purchaser is obliged to comply with the ISO27001 Information Security standards and the Supplier hereby agrees that it shall immediately do all things which are reasonably requested by the Purchaser in order that the Purchaser complies with such standards or any other standards which apply to the Purchaser in relation to the use of its information technology by the Supplier or any of its servants, employees, agents or sub-contractors (including without limitation immediately providing the Purchaser with details of the Purchaser’s policies, procedures, systems and measures pertaining to the protection of its own information technology when so requested).

22.8 The provisions of this Condition 17 shall apply during the continuance of this Contract and after its termination howsoever arising.

18 TERMINATION18.1 The Supplier shall notify the Purchaser in writing immediately upon the occurrence of any of the following events:

(a) where the Supplier is an individual and if a petition is presented for the Supplier’s bankruptcy or the sequestration of his estate or a criminal bankruptcy order is made against the Supplier, or he is apparently insolvent, or he makes any composition or arrangement with or for the benefit of creditors, or makes any conveyance or assignation for the benefit of creditors, or if an administrator or trustee is appointed to manage his affairs; or

(b) where the Supplier is not an individual but is a firm, or a number of persons acting together in any capacity, if any event in (a) or (c) of this Condition occurs in respect of the firm or any partner in the firm or any of those persons or a petition is presented for the Supplier to be wound up as an unregistered company; or

(c) where the Supplier is a company, if the company passes a resolution for winding-up or dissolution or enters liquidation (otherwise than for the purposes of and followed by a bona fide scheme of solvent amalgamation or reconstruction) or the court makes an administration order or a winding-up order, or the company makes a composition or arrangement with its creditors, or an administrator, administrative receiver, receiver or manager is appointed by a

Page 29 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 30: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

creditor or by the court, or possession is taken of any of its property under the terms of a fixed or floating charge.

(d) the Supplier ceases or threatens to cease to carry out the Services.

(e) the Supplier makes default in or commits any breach of its obligations to the Purchaser hereunder;

(f) the Purchaser reasonably apprehend that any of the events contained in this Condition 18.1 is about to occur in relation to the Contract and notifies the Supplier accordingly.

18.2 On the occurrence of any of the events described in Condition 18.1 or, if the Supplier shall have committed a material breach of this Contract and (if such breach is capable of remedy) shall have failed to remedy such breach within 30 days of being required by the Purchaser in writing to do so or, where the Supplier is an individual and he has died or been adjudged incapable of managing his affairs within the meaning of Part VII of the Mental Health Act 1983 or of Part V of the Mental Health (Scotland) Act 1984, the Purchaser shall be entitled to terminate this Contract by notice to the Supplier with immediate effect. Thereafter and without prejudice to any other of his rights, the Purchaser may himself complete the Services or have them completed by a third party, using for the purpose (making a fair and proper allowance therefor in any payment subsequently made to the Supplier) all materials, plant and equipment on the Premises belonging to the Supplier, and the Purchaser shall not be liable to make any further payment to the Supplier until the Services have completed in accordance with the requirements of the Contract, and shall be entitled to deduct from any amount due to the Supplier the costs thereof incurred by the Purchaser (including the Purchaser’s own costs). If the total cost to the Purchaser exceeds the amount (if any) due to the Supplier, the difference shall be recoverable by the Purchaser from the Supplier.

18.3 In addition to his rights of termination under Condition 18.1 and 18.2, the Purchaser shall be entitled at all times to terminate this Contract by giving to the Supplier not less than 30 days notice to that effect.

18.4 Termination under paragraphs 18.1, 18.2 or 18.3 shall not prejudice or affect any right of action or remedy which shall have accrued or shall thereupon accrue to the Purchaser and shall not affect the continued operation of Conditions 14 and 17.

19 HEALTH & SAFETY AND ENVIRONMENT19.1 The Supplier shall perform the Services in such a manner as to be safe and without risk to the health or safety of persons in the vicinity of the place where the Services are being performed (whether such persons are in the vicinity of the said place at the time when the Services are being performed or otherwise) and in such a manner as to comply with any relevant health and safety or other legislation (including Statutory Instrument, Orders, or Regulations made under the said legislation and including without limitation The Water Environment (Controlled Activities) (Scotland) Amendment Regulations 2007) and any requirements imposed by a local or other regulatory authority in connection with the performance of services of the type supplied to the Purchaser, whether specifically or generally. The Supplier shall indemnify the Purchaser against all liability, actions, suits, claims, damages, demands, losses, charges, costs and expenses which the Purchaser may suffer or incur as a result of or in connection with any breach of this paragraph.

19.2 The Supplier shall be responsible for ensuring that it performs its obligations under the Contract so as to ensure that all aspects of the Project comply with the provisions of Directive 2002/96/EC on Waste Electrical and Electronic Equipment as implemented by the Waste Electrical and Electronic Equipment Regulations 2006 and amended by the Waste Electrical and Electronic Equipment (Amendment) Regulations 2007; The Waste Management Licensing Amendment (Scotland) Regulations 2006 (SI 2006 No. 541); the

Page 30 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 31: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

Waste Management Licensing Amendment (Waste and Electronic Equipment) (Scotland) Regulations 2007 (SI 2007 No.172) and Directive 2002/95/EC on the Restriction of the Use of Certain Hazardous Substances in Electronic and Electrical Equipment implemented by the Restriction of the Use of Certain Hazardous Substances in Electrical and Electronic Equipment Regulations 2008 and shall provide the Purchaser with such evidence that the Purchaser requires (acting reasonably) of such compliance.

20 RECOVERY OF SUMS DUEWherever under this Contract any sum of money is recoverable from or payable by the Supplier, that sum may be deducted from any sum then due, or which at any later time may become due, by the Purchaser to the Supplier under this Contract or under any other agreement or contract between the Purchaser and the Supplier.

21 ASSIGNATION AND SUB-CONTRACTING21.1 The Supplier shall not assign nor sub-contract the whole or any portion of the Contract without the prior written consent of the Purchaser. Sub-contracting any part of the Contract, shall not relieve the Supplier of any obligation or duty attributable to him under the Contract or these Conditions.

21.2 Where the Purchaser has consented to the placing of sub-contracts, copies of each sub-contract shall be sent by the Supplier to the Purchaser immediately it is issued.

22 NOTICESAny notice given under the pursuant to the Contract may be sent by hand or by post or by registered post or by the recorded delivery service or transmitted by facsimile transmission or other means of telecommunication resulting in the receipt of a written communication in permanent form and if so sent or transmitted to the address of the party shown on the Purchase Order, or to such other address as the party may by notice to the other substituted thereof, and shall be deemed to have been delivered on the day it was sent if a business day, or if not a business day, then on the next occurring business day thereafter.

23 ARBITRATIONAll disputes, differences or questions between the parties to the Contract with respect to any matter or thing arising out of or relating to the Contract, other than a matter of thing as to which the decision of the Purchaser is under the Contract to be final and conclusive, and except to the extent to which special provision for arbitration is made elsewhere in the Contract, shall be referred to a single arbiter to be mutually chosen by the parties or failing agreement, nominated by the President of the Law Society of Scotland for the time being on the application of either party. Any such reference to arbitration shall be deemed to be an agreement to refer to arbitration within the meaning of the Arbitration (Scotland) Act 1894.

The arbitration shall be conducted in accordance with the Scottish Arbitration Code 2007 Edition prepared by The Scottish Council for International Arbitration, The Chartered Institute of Arbitrators (Scottish Branch) and The Scottish Building Contract Committee ("the Scottish Code"). Provided that if any amendments to the said 2007 Edition of the Scottish Code have been issued by the SBCC after the aforesaid date the parties may by joint notice in writing to the Arbitrator, state that they wish the arbitration to be conducted in accordance with the Scottish Code as so amended.

24 HEADINGS & MISCELLANEOUS24.1 The headings to these Conditions shall not affect their interpretation.

24.2 Each clause of these Conditions and every part hereof shall be separate and severable to the extent that if one clause of part thereof shall be unenforceable the other clauses and other parts of the clause respectively shall be effective.

Page 31 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 32: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

24.3 No waiver of any of these Conditions by the Purchaser shall be construed as a waiver of any subsequent breach of the same or any other provision.

24.4 Any reference in these Conditions to any provision of a statute shall be construed as a reference to that provision as amended, re-enacted or extended at the relevant time.

25 GOVERNING LAWThese Conditions shall be governed by and construed in accordance with Scots law and the Supplier hereby irrevocably submits to the exclusive jurisdiction of the Scottish courts. The submission to such jurisdiction shall not (and shall not be construed so as to) limit the right of the Purchaser to take proceedings against the Supplier in any other court of competent jurisdiction, nor shall the taking of proceedings in any one or more jurisdictions preclude the taking of proceedings in any other jurisdiction, whether concurrently or not.

SUPPLEMENTARY NOTICE

PROMPT PAYMENT

The Northern Lighthouse Board is committed to making payment promptly in line with British Standard BS 7890. Any comments on our performance in this area should be directed to Mr R Lanni, Finance Manager, NLB 84 George Street, Edinburgh EH2 3DA.

This notice does not form part of the contract.

Version 5 2009

Page 32 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 33: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

Annex II

INSTRUCTIONS TO TENDERERS

Confidentiality of Tenders1.1. Please note the following requirements, any breach of which will invalidate your

Tender:-

1.2. You must not tell anyone else, even approximately, what your tender price is or will be, before the date of contract award. The only exception is if you need an insurance quotation to calculate your tender price: you may give your insurance company or brokers any essential information they ask for, so long as you do so in strict confidence.

1.3. You must not try to obtain any information about anyone else’s tender or proposed tender before the date of contract award. If you do obtain any information about someone else’s tender, you must inform us in writing of the nature and circumstances surrounding this within 5 working days of you obtaining the information.

1.4. You must not make any arrangements with anyone else about whether or not they should tender; or about their or your tender price or any other aspect of either tender except where Tenderers are considering joint or team bids, which will be accepted providing all participants to the discussions surrounding the bid are clearly stated in the tender response.

1.5. Tender documents or information in them or in respect of them may not be transferred or made available to anyone other than the party named in the invitation to tender without the prior specific approval of the Authority.

1.6. The Declaration of Non Collusion must be completed and returned with your tender. If your tender is successful this declaration will form part of the contract.

1.7. You must ensure that all of your employees, officers agents and representatives are aware of the nature of this confidentiality undertaking and that they agree to adhere to is as if they were a party to it.

1.8. By submitting a tender in response to the Invitation to Tender, you will be deemed to have accepted each of the foregoing as separate undertakings which are fully binding on you. The undertakings will survive for a period of 5 years from the date of submission of your tender.

2. Trading Names/InvoicingWhere invoices will be rendered by or payments are required to be made to an entity whose title differs in any respect from the title in which the tender is submitted, full details must be provided in a letter accompanying the tender. Successful tenderers who fail will provide this information at tender stage may experience delays in settlement of their account.

3. Specification of StandardsWhere reference is made to a British or other approved standard, an alternative, but similar, product meeting the national standard of another Member State of the European Community or an international standard recognised in another Member State will also be acceptable provided either standard offers an equivalent guarantee of safety, suitability and fitness for purpose.

Page 33 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 34: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

4. Framework/Call-off ContractsIf the specification and contract conditions specify that any contract awarded shall be in the form of a framework or call-off contract, all orders under the contract will be placed by means of NLB’s official order forms, examples of which will be supplied to selected tenderers. No other ordering procedures will be valid.

5. Form of TenderThe Form of Tender and Price Schedules must be completed, signed and submitted in accordance with these Instructions. All documents connected with the tender must be completed in English, fully priced and totalled. The documents should either be typed or completed in ink.

There should be no UNAUTHORISED alterations or additions to any component of the tender documents. Prices etc may be altered by striking through the incorrect figures and inserting the correct figures above them. All alterations must be initialled.

In completing the above reference should be made to the Additional Information requirements at paragraph 17.

6. Group BiddersIn the event of a group of service providers, suppliers or contractors submitting an acceptable offer, the group will be required to nominate a lead partner with whom NLB can contract. Alternatively the group will need to form themselves into a single legal entry before the contract is awarded. An undertaking that the group will so form themselves, if required by the NLB, must be provided when the tender is submitted.

7. QualificationsTenders must be submitted in accordance with the tender documents. NLB may not consider any tender which is qualified by any terms or conditions or contract or general reservations however expressed.

8. Incomplete TendersNLB may not consider tenders which do not contain all information and particulars requested.

9. Delivery DateWhere the tenderer wishes to offer delivery earlier than the date specified in the Conditions of Contract, and / or at an increased rate of delivery, such earlier date and / or increased rate shall be entered by the tender in the Schedule instead of the date and rate specified in the Conditions of Contract.

10. Alternative Tender(s)Alternative tender(s) may be offered involving modifications to the specified requirements, but will only be considered if accompanied by a tender based strictly on the tender documents. Alternative tenders must be free of qualifications as stated above at paragraph 7 and be fully priced to show clearly how and where costs differ from the primary tender. Technical queries should be referred to the officer nominated in the Invitation to Tender letter in order to ascertain what special criteria and requirements may apply in respect of the alternatives or modifications being contemplated. Any such approval will be treated in confidence.

Any alternative tender involving modifications to the specified requirements will be assessed on its merits and, if considered valid, may be accepted without resource to re-tendering.

Page 34 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 35: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

11. PriceAll unit rates and prices quoted must be quoted in Sterling pounds and decimal fractions of a Sterling pound. There is no restriction on the number of decimal places, but the product of multiplying the rate by the quantity must be expressed in Sterling pounds and whole pence. Unless the Conditions of Contract allow otherwise, the prices quoted shall be Firm throughout the period of the contract.

12. Value Added Tax (VAT)Tendered prices must exclude VAT. Where indicated VAT should be shown separately. Invoices must show VAT separately.

13. Submission of TendersTenders should be placed in a plain envelope using the enclosed label to arrive at the address shown on the label no later than the Tender Deadline. NLB reserves the right to reject any tender received after the Tender Deadline for whatever reason . It is recommended that tenders be sent by registered post; recorded delivery or courier service; Datapost or delivered by hand. The envelope, including the franking, and any associated paperwork delivered with the tender envelope must not identify the sender. two (2) original copy of your tender must be submitted.

14.Tender ValidityTender(s) should remain open for acceptance for a minimum period of 90 days from the Tender Deadline or for such a period as may be specified by NLB.

15. Right to Accept Portion of Tender; Lowest or Any TenderUnless stipulated by the Tenderer NLB reserves the right to accept any part of the tender. NLB is not bound to accept the lowest or any tender or part thereof.

16. Terms of PaymentNLB normally makes payment within 30 days of receipt and agreement of invoices unless otherwise stated in the documents.

17. Additional Information to be Included in Tender ProposalsThe proposals should cover where appropriate:-

Sub-contract work intended to be placed with other bodies, which would not be signatories to the main contract.

Details of a quality assurance (QA) system complying with the requirements of ISO 9000 and to what part or parts of the organisation this applies. If ISO 9000 is quoted then details of which part or parts are held should be quoted.

Brief details of the company, including the number of staff employed in the UK and overseas.

The place of manufacture should be recorded either as “UNITED KINGDOM”, “EC” OR “OTHER OVERSEAS” as indicated on the Form Of Tender (paragraph 5). EC or OTHER OVERSEAS is correct where the CIF value of the supply item at the port of entry is greater than 50 per cent of the offer price in the tender. Where this is the case a supply item should be classified as EC if 50 per cent or more of the CIF (Carriage, Insurance and Freight) value of the overseas manufacture is known or estimated to have been incurred in other EC countries. In all other cases “OTHER OVERSEAS” is correct. VAT and customs duties should be excluded from the calculation. The calculation should take into

Page 35 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 36: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

account the place of manufacture of components; each assessed on the same basis, to the extent that this is practicable. If the CIF value at the port of entry is not known, reasonable steps should be taken to estimate it.

Page 36 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 37: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

Annex III

DECLARATION OF NON-COLLUSION*

1. The Tenderer certifies to the Northern Lighthouse Board that this is a bona fide offer of services, intended to be competitive, and that this offer of services has not been affected by any arrangement or agreement with any other person(s), firm(s) or company/(ies). The Tenderer certifies that it has not (nor has any employee, agent, officer or representative of the Supplier), at any time prior to the time and date set for return of this tender:

1.1. communicated to any third party/(ies) (nor will it or any employee, agent, officer or representative of the Supplier) communicate to any third party between the time of the Tenderer’s submission of its tender and the date of the award of any contract pursuant to the Invitation to Tender the nature or detail of the Tenderer’s offer of services in respect of the Invitation to Tender (including without limitation proposed tender responses, service and service delivery elements, personnel, data, know how, trade secrets, prices and/or pricing structure, except where such disclosure was necessary to obtain insurance cover or sureties to support the offer;

1.2. entered into any agreement, formal or informal, with any third party, whereby the Tenderer has agreed or arranged to refrain from offering services pursuant to the Invitation to Tender, or to collude as to the nature of the offer to be submitted;

1.3. offered or made any inducement to any third party with a view to affecting the propriety of the tendering process in any way; nor will it make or offer any such inducements.

2. The Tenderer declares that the services offered are/are not* affected by any prospect of a subsidy or other assistance from government or other public authority.

2.1. Details of subsidy or other assistance from government or other public authority are as follows+;* delete as appropriate+ provide details of scheme, source of funds and amount

2.2. The Tenderer certifies that any such subsidy or any other assistance from government or other public authority is fully compliant with all relevant national and European competition law.

3. The Tenderer confirms that it has not acted in any way, which is, or could reasonably be regarded as, in restraint of free competitive bidding in respect of the Tenderer’s response to the Invitation to Tender.

4. The Tenderer shall ensure that its employees, agents, officers and representatives are made aware of the nature of this declaration and the Tenderer shall ensure that such persons adhere to this declaration as if they had individually granted it.

5. The Officer signing this declaration on behalf of the Tenderer confirms that it has done so after making due, careful and diligent enquiry in respect of the responses contained herein.

6. This declaration shall be governed in all respects and construed in accordance with Scots Law.

Page 37 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 38: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

Organisation’s name

Signed

Position

Date

Page 38 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 39: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

Annex IV

FORM OF TENDER

1. I have read the documents listed below and, subject to and upon the terms and conditions contained in the said documents, I offer to supply the Service specified, at the prices quoted by me in the Specification Document.

Total Contract Price £ (Excluding VAT, using indicative quantities)

Price Fixed until:

2. TERMS AND CONDITIONS. I agree that this tender and any contract which may result from it shall be based upon the documents listed below (and any other supplementary information provided by you since) and bearing the reference shown at the top of this tender and that the Authority is the Northern Lighthouse Board.

Invitation to Tender letter Invitation to Tender package including: Specification and Pricing – NLV Pharos Dry Dock 2010 (Appendix A) Drawings (On Disc) Terms and Conditions For The Purchase of Services Instructions to Tenderers Declaration of Non Collusion Form of Tender Tender Address Label

I agree that any other terms or conditions of contract or any general reservations which may be printed on any correspondence emanating from me in connection with this tender or with any contract resulting from this tender, shall not be applicable to the Contract.

Page 39 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 40: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

3. GOVERNING LAW. I agree that any contract that may result from this tender shall be subject to the law of Scotland and the jurisdiction of the Scottish courts.

4. I have abided by the Confidentiality of Tenders requirement set out in the Instructions to Tenderers.

5. The prices quoted in this tender are valid for a minimum of 90 days from the tender deadline.

6. I understand that any goods, materials or equipment belonging to the company are carried on any NLB vessel entirely at our own risk and NLB shall have no liability for these items.

Signed………………………………………………… In the capacity of

………………………………………………………... duly authorised to sign tender

for and on behalf of (IN BLOCK CAPITALS)

……………………………………………………………

Address ……………………………………………..

……………………………………………..

……………………………………………..

Postcode ……………………………………………..

Tel No. ……………………………………………..

Fax No. ……………………………………………..

Email ……………………………………………..

Website ……………………………………………..

Date ……………………………………………..

* delete as appropriate

Page 40 of 116Issue No: 1Revision No: 1Active Date: 2 December 2009

Page 41: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

Annex VII

Tender No: ____ TPHA/DRYD/0638

To arrive no later than 14:00 hours

On Tuesday 19th January 2010

Notes:1. The envelope to which this is attached must not bear

any indication of the tenderer’s name.

2. It is the tenderer’s responsibility to ensure that the tender is delivered by the due deadline: should a tender arrive late, a date stamp produced by a franking machine is not acceptable as proof of the date of posting, when considering admissibility.

Director of FinanceNorthern Lighthouse Board84 George StreetEDINBURGHEH2 3DA

TENDER

2010 DRY DOCK SPECIFICATIONTENDER DOCUMENT 07/09 Page 41 of 116

Postage must be

paid

Page 42: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

2010 DRY DOCK SPECIFICATIONTENDER DOCUMENT 07/09 Page 42 of 116

Page 43: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

AIDS TO NAVIGATION TENDER

“PHAROS”

2010 ANNUAL OVERHAUL DRY DOCK SPECIFICATION

2010 DRY DOCK SPECIFICATIONTENDER DOCUMENT 07/09 Page 43 of 116

Page 44: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

C O N T E N T S

GENERAL PARTICULARS 2

SURVEY STATUS 3

LIST OF DRAWINGS 6

SECTION 1 – DOCKING & SERVICES7

SECTION 2 – HULL WORKS 12

SECTION 3 – SAFETY EQUIPMENT 43

SECTION 4 – ENGINE ROOM REPAIRS & MAINTENANCE 49

SECTION 5 – ELECTRICAL REPAIRS & MAINTENANCE 55

SECTION 6 – ACCOMMODATION REPAIRS AND MODIFICATIONS 58

2010 DRY DOCK SPECIFICATIONTENDER DOCUMENT 07/09 Page 44 of 116

Page 45: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

GENERAL PARTICULARSPORT OF REGISTRY LEITH

OFFICIAL NUMBER 912672

IMO NUMBER 9338606

LR NUMBER 9338606

CLASSIFICATION SOCIETY LLOYD’S REGISTER OF SHIPPING

NOTATIONS + 100A1, + LMC, +UMS, CAC, DP(AA), MCM, NAV, IBS, LA, EP - BUOY & LIGHT TENDER.

SIGNAL LETTERS GNLB

LENGTH OVERALL 84.25 METRES

LENGTH BETWEEN PERPENDICULARS 75.06 METRES

BREADTH MOULDED 16.50 METRES

DEPTH MOULDED TO MAIN DECK 7.20 METRES

DESIGN DRAUGHT 4.25 METRES

AIR DRAUGHT 30.00 METRES

GROSS TONNAGE 3672 TONNES

NET TONNAGE 1101 TONNES

DEADWEIGHT 1197 TONNES

MAIN MACHINERY/PROPULSION (DIESEL ELECTRIC)

GENERATOR ENGINES WARTSILA 8L20 - 3 x 1440 kW (3 x 1370 kWe)WARTSILA 4L20 - 2 x 720 kW (2 x 685 kWe)

HARBOUR GENSET VOLVO PENTA TAMD 165A RC - 1 x 300 kWe

EMERGENCY GENSET VOLVO PENTA D12Aux - 1 x 240 kWe

PROPULSION MOTORS SAM ELECTRONICS - 2 x 1500 kW

PROPULSION SYSTEM 2 X ROLLS-ROYCE AQUAMASTERS

PROPELLERS 2 x FOUR BLADED FIXED PITCH

BOW THRUSTERS ROLLS-ROYCE, TUNNEL - 2 x 750 kWSERVICE SPEED 12.5 KNOTS

DATE DELIVERED 23 MARCH 2007

MANAGERS COMMISSIONERS OF NORTHERN LIGHTHOUSES,

84 GEORGE STREET, EDINBURGH, EH2 3DA

2010 DRY DOCK SPECIFICATIONTENDER DOCUMENT 07/09 Page 45 of 116

Page 46: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

1. SURVEY STATUS CLASS SURVEYS RANGE DATES ASSIGNED DATE DUE DATE

HULLSS SPECIAL SURVEY ( I ) 16/03/07 15/03/12DS DOCKING SURVEY 16/03/07 15/03/10AS ANNUAL SURVEY 17/12/09~15/06/10 27/03/09 16/03/10

ITSS INTERMEDIATE 17/12/09~15/06/10 16/03/10

MACHINERYCSM CONTINUOUS MACHINERY. 03/07 03/12

DIRP1 DIRECTIONAL PROPELLER – PORT ( 5 ) 03/07 03/12DIRP2 DIRECTIONAL PROPELLER – STBD ( 5 ) 03/07 03/12

LIFTING APPLIANCESLAAC ANNUAL CERTIFICATION 27/03/09 27/03/10LAQC QUADRENNIAL CERTIFICATION 16/03/07 16/03/11

STATUTORY SURVEYSPLLA LOAD LINE ANNUAL HARMONISED 17/12/09~15/06/10 27/03/09 16/03/10SCAH SAFCON ANNUAL / INTERMEDIATE HARMONISED. 17/12/10~15/06/11 27/03/09 16/03/11

MOAH MARPOL OIL ANNUAL HARMONISED 17/12/10~15/06/11 27/03/09 16/03/11MAAH MARPOL AIR ANNUAL HARMONISED 17/12/10~15/06/11 27/03/09 16/03/11

SCIH SAFCON INTERMEDIATE HARMONISED. 17/12/09~15/06/10 16/03/10MOIH MARPOL OIL INTERMEDIATE HARMONISED 17/12/09~15/06/10 16/03/10MAIH MARPOL AIR INTERMEDIATE HARMONISED 17/12/09~15/06/10 16/03/10

CARGO SHIP SAFETY EQUIPMENT

2010 DRY DOCK SPECIFICATIONTENDER DOCUMENT 07/09 Page 46 of 116

Page 47: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

RECORD OF INSPECTIONSAFETY RADIORECORD OF EQUIPMENT SAFETY RADIO

ALL STATUTORY SURVEY CERTIFICATES DUE FOR RENEWAL AT SPECIAL SURVEY

** ITEMS DUE FOR CSM**

LR DATE

MECHANICAL

0417 AFT CENTRE MAIN GENERATOR INLINE TRUNK ENGINE 03/10

1872 PORT PROPULSION SHAFTING EXCLUDING TAILSHAFT 03/10

1946 AFT CENTRE MAIN GENERATOR FLEXIBLE COUPLING (OTHER THAN PROPULSION SHAFTING) 03/10

2037 PORT WINDLASS MACHINERY 03/10

2149 STARTING AIR PIPES 03/10

2187 AFT CENTRE MAIN GENERATOR ENGINE L.O. COOLER 03/10

2275 INNER MAIN SEA WATER COOLING PUMP 03/10

2299 INNER CENTRAL FRESH WATER CIRCULATING PUMP 03/10

2325 AFT CENTRE MAIN GENERATOR ENGINE ATTACHED FRESH WATER COOLING PUMP 03/10

2363 MAIN PORT PROPULSION MOTOR CONVERTER FRESH WATER COOLING PUMP 03/10

2394 BOW THRUSTER CONVERTER STARBOARD FRESH WATER COOLING PUMP 03/10

2413 AFT CENTRE MAIN GENERATOR ENG. ATTACHED LUBE OIL CIRCULATING PUMP 03/10

2451 PORT AZIMUTH THRUSTER LUBE OIL CIRCULATING PUMP 03/10

2010 DRY DOCK SPECIFICATIONTENDER DOCUMENT 07/09 Page 47 of 116

Page 48: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

2518 INNER MAIN FUEL OIL TRANSFER PUMP 03/10

2556 EMERGENCY GENERATOR DIESEL OIL FUEL TANK 03/10

2563 HELICOPTER FUEL PORT TANK 03/10

2594 EMERGENCY GENERATOR AUXILIARY ENGINE 03/10

2756 PARTS OF STEERING GEAR 03/10

2770 BOW FORWARD THRUSTER DYNAMIC POSITIONING EQUIPMENT 03/10

2963 PORT PROPULSION AND DYNAMIC POSITIONING DIRECTIONAL PROPELLER AND ASSOCIATED EQUIPMENT 03/10

** ITEMS DUE FOR CSM**

LR DATE

ELECTRICAL

1715 AFT CENTRE PROPULSION GENERATOR, GOVERNORS & ANCILLARY EQUIPMENT 03/10

1753 PORT PROPULSION MOTOR & ANCILLARY EQUIPMENT 03/10

1784 PORT PROPULSION MOTOR CONTROL GEAR 03/10

1803 CONVERTERS 03/10

2699 EMERGENCY SOURCE OF POWER 03/10

2701 EMERGENCY DISTRIBUTION ARRANGEMENTS 03/10

2718 CABLES 03/10

2725 INSULATION RESISTANCE 03/10

2732 EQUIPMENT WHERE FLAMMABLE GASES OR DUST OCCURS 03/10

2749 TRANSITION ELECTRICAL POWER U.P.S. 03/10

2763 NAVIGATION LIGHTS INDICATORS & SYSTEM 03/10

2010 DRY DOCK SPECIFICATIONTENDER DOCUMENT 07/09 Page 48 of 116

Page 49: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

DRAWINGS

DRAWING TITLE

DRAWING NUMBER

GENERAL ARRANGEMENT 0110-1

DOCKING PLAN 0190-1 Rev. 'B'

TANK PLAN 0160-1 Rev. 'E'

SHELL EXPANSION 1300-1

SEA CHEST ARRANGEMENT 1910-1 Rev. 'C'

BOW THRUST GRID ARRANGEMENT 1910-13

EXTERNAL HULL SACRIFICIAL ANODES 1830-1

2010 DRY DOCK SPECIFICATIONTENDER DOCUMENT 07/09 Page 49 of 116

Page 50: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

Northern Lighthouse Board

2010 DRY DOCK SPECIFICATIONTENDER DOCUMENT 07/09 Page 50 of 116

Page 51: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

SECTION 1

DOCKING & SERVICES

VERSION 104/05/23

51 of 116

Page 52: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

REF. DOCKING & SERVICES PAGE

DS01 DRYDOCKING 9

DS02 DOCK RENT 9

DS03 SHORE POWER 9

DS04 TEMPORARY LIGHTING 10

DS05 POTABLE WATER 10

DS06 FIRE MAIN 10

DS07 SANITARY ARRANGEMENTS 10

VERSION 104/05/23

52 of 116

Page 53: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

DS08 GANGWAY 10

DS09 GARBAGE SKIP 11

DS10 NIGHT WATCHMAN 11

DS11 FIRE WATCH 11

DS12 CLEANING 11

DS01 DRY DOCKING

Dock and undock vessel, including dock rent for day of entry. All normal shoring and removal of keel blocks to be included.Refer to docking plan to ensure that no keel blocks are placed in way of the transducers fitted between frames 92~96, 103~104, 108~109, 112~113 and 116~117, the moon-pool in way of frames 47~49, docking plugs, etc.

A distance of 500mm below the keel is required to withdraw the Aquamaster units from the vessel should this be required.

Allow for docking and undocking during normal working hours.

Ship staff to note the forward, midship and aft draught prior to dry docking.

Owners to note keel block spacing and identify by frame numbers where the ship is

YARD TO QUOTE

VERSION 104/05/23

53 of 116

Page 54: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

sitting on the blocks in an effort to have the ship in a different position at the next docking.

DS02 DOCK / LAY BY BERTH RENT

Daily rate and total to cover the quoted time in dry dock and cost for a lay by berth if not FOC.

YARD TO QUOTE

DS03 SHORE POWER

Connect, disconnect and supply electrical power to the vessel at all times during the overhaul period. Power requirements are :- 400 Volts, 3 Phase, 50 Hz and up to 200 Amps

Allow for supplying shore power to the vessel in dry-dock and at a lay by berth to complete repairs after undocking.

Electric meter to be read with Chief Engineer or NLB representative in attendance with yard representative at connection and disconnection.Correct phase rotation must be checked prior to switching on to shore power.

YARD TO QUOTE

DS04 TEMPORARY LIGHTING

Temporary lighting to be provided where required.

To be noted

VERSION 104/05/23

54 of 116

Page 55: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

DS05 POTABLE WATER

Connect / disconnect and provide a supply of fresh water to the domestic fresh water system. There is an adaptor on board and the connection is made into pipe work in the starboard aft end of the engine room at tween deck level.

Quote to allow for supply hose and Daily Service Charge if applicable.

YARD TO QUOTE

DS06 FIRE MAIN

Connect to vessel on entering dry-dock, and maintain pressure to ship’s fire main. Unless otherwise agreed with the Master, this line will be kept charged at all times. If any fire hydrants are being serviced, an ample supply of hoses and connections to be made available on the dock-side along with any keys required to operate them. Disconnect when leaving dry dock and reinstate vessel's own fire main system to operational status.

YARD TO QUOTE

DS07 SANITARY ARRANGEMENTS

Suitable sanitary arrangements to be available, if necessary for the use of Masters, Officers and Crew and in close proximity to the vessel while in dry-dock.

YARD TO QUOTE (if not included in dock rent)

DS08 GANGWAY

Gangway with safety net to be provided during dry dock period and a security/safety/access system should be implemented. If a second gangway is required in accordance with yard safety regulations, this to be included in the quote.

YARD TO QUOTE (if not included in dock rent)

VERSION 104/05/23

55 of 116

Page 56: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

DS09 GARBAGE SKIP

Skip to be provided and placed on dockside for ship staff use only. Skip to be emptied when requested by Chief Officer and/or in accordance with local authority regulations. Chief Officer to be notified for record keeping purposes.

N.B. Skeleton crew will be living ashore while the vessel is in dry dock and refuse will be minimal.

Please quote for skip hire / disposal of contents and estimated number of disposals during the stay of the vessel.

YARD TO QUOTE

DS10 NIGHT WATCHMAN

Provide a night watchman if instructed by NLB representative. Quote for a 12 hour nightshift.

YARD TO QUOTE (but service will probably not be required)

DS11 FIREWATCH

Should fire watch patrols be required by local regulations, this to be allowed for in DS01 and DS02. Where required in specific items, this is to be allowed for in each item.

To be noted

DS12 CLEANING To be noted

VERSION 104/05/23

56 of 116

Page 57: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

Local cleaning in way of repairs, removal and disposal of all repair materials to be allowed for in specified items. This to include slops/residues from tanks, cleaning materials etc.

On completion of work, yard to return the areas of work and access routes to the same state of cleanliness as was prior to commencement of work and this to be allowed for in specified items.

VERSION 104/05/23

57 of 116

Page 58: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

SECTION 2

HULL WORKS

VERSION 104/05/23

58 of 116

Page 59: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

REF. HULL MAINTENANCE, REPAIRS & ALTERATIONS PAGE

HR01 HULL INSPECTION 15HR02 PROTECTION OF PAINTWORK, DECK & FITTINGS 15HR03 DOCKING PLUGS 15HR04 SCUPPERS 16HR05 PAINTS AND COATINGS 16HR06 HULL PREPARATION (UNDER WATER AND TOPSIDES TO BULWARK CAPPING)

TO BULWARK CAPPING)17

HR07 PAINTING (FLAT BOTTOM) 18HR08 PAINTING (UNDERWATER SIDES TO WATERLINE) 18HR09 PAINTING (TOP SIDES TO UPPER BOAT DECK) 19HR10 TOPSIDE WHITE APRON) 19HR11 PAINTING (WHITE RIBBON, DRAUGHT MARKS, ETC) 19HR12 PAINTING (SHIP’S NAME AND PORT OF REGISTRY) 20HR13 PAINTING (BOW CREST 20HR14 SEA CHESTS 20HR15 SACRIFICIAL ANODE CATHODIC PROTECTION 22HR16 IMPRESSED CURRENT CATHODIC PROTECTION (CATHELCO) FOR HULL 23

VERSION 104/05/23

59 of 116

Page 60: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

HR17 IMPRESSED CURRENT CATHODIC PROTECTION FOR SEA CHESTS 23HR18 ANCHORS AND CABLES PORT & STARBOARD 24HR19 CHAIN LOCKERS PORT & STARBOARD 24HR20 SEA INJECTIONS & OVERBOARD DISCHARGE VALVES 25HR21 CROSSOVER MAIN SEA VALVES 26HR22 STORM VALVES 27HR23 BALLAST TANKS 28HR24 FRESH WATER TANKS 29HR25 VOID SPACES 29HR26 INSTRUMENT TUBE & LIFT ARRANGEMENT 30HR27 FORWARD BOW TUNNEL THRUSTER 30HR28 AFT BOW TUNNEL THRUSTER 31HR29 PORT AQUAMASTER AZIMUTH THRUSTER 33HR30 STARBOARD AQUAMASTER AZIMUTH THRUSTER 33HR31 HYDROGRAPHIC TRANSDUCERS 34

REF. HULL MAINTENANCE, REPAIRS & ALTERATIONS cont. PAGEHR32 STEELWORK REPAIRS – PORT AFT ROPE LOCKER 34HR33 STEELWORK REPAIRS – PORT TECHNICAL WATER TANK 35HR34 STEELWORK REPAIRS – STARBOARD AFT ROPE LOCKER 38HR35 PORT WINDLASS (RAPP HYDEMA) FOR SURVEY 38HR36 PORT & STARBOARD MOORING CAPSTANS (RAPP HYDEMA) 39HR37 PORT & STARBOARD TUGGER WINCHES (RAPP HYDEMA) 39HR38 BUOY CHAIN / TOW WINCH (RAPP HYDEMA) 39HR39 BUOY CHAIN CAPSTAN & CHAIN ROLLER ASSEMBLY (RAPP HYDEMA) 40HR40 PORT & STARBOARD STORES CRANES (PALFINGER) 40HR41 AFT DECK CRANE (PALFINGER) 40HR42 30 TONNE BUOY CRANE (LIEBHERR) 41HR43 PORT WORKBOAT DAVIT (NED-DECK MARINE, TYPE : PFH 80 CT) 41

VERSION 104/05/23

60 of 116

Page 61: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

HR44 STARBOARD WORKBOAT DAVIT (NED-DECK MARINE, TYPE : PRH-35 AP) 42

HR01 HULL INSPECTION

Hull inspection to be carried out with representatives from the Dry Docking Contractor and Owners. A Class surveyor from Lloyd's Register of Shipping may be required but this to be confirmed.

Inspection to include bilge keels, anodes, drain plugs, bow thrusters grids, bow thruster propellers, etc, sea chests, azimuth thrusters, propellers, rope guards, rope cutters, anodes, transducers, etc.

To be noted

HR02 PROTECTION OF PAINT WORK, DECK & FITTINGS

The contractor will be responsible for the paint work, gear and fittings, portholes,

YARD TO QUOTE as painting will be undertaken

VERSION 104/05/23

61 of 116

Page 62: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

windows, echo sounder transducers, navigation lights etc. These to be protected during cleaning and painting operations.

Before commencing work, carpets and vinyl deck coverings in the accommodation to be protected with heavy plastic or hardboard sheeting where access routes to work areas are necessary. Similar protection for all stair-ways within the accommodation is to be laid as required.

HR03 DOCKING PLUGS

All Docking Plugs which are removed during the overhaul to be fitted with new grommets before being replaced. Prior to re-floating, a simple legend to be painted in white adjacent to each plug to identify its associated tank.

Void spaces, ballast tanks, etc are threaded M52 x 2 with Ø70mm head and a 24mm square socket. Total quantity fitted = 21. Fuel, lube oil, sludge tanks etc are threaded M42 x 2 with Ø60mm head and a 20mm hexagon socket. Total quantity fitted = 7.

NBThere are two slightly oversize, non standard plugs fitted. These are No.6 Void Centre (M52+) and No.11 Fuel Oil Overflow Tank (M42+) and it is essential these plugs are refitted to their respective tanks.

YARD TO QUOTE per docking plug.

HR04 SCUPPERS

To be noted as painting is required

VERSION 104/05/23

62 of 116

Page 63: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

All scuppers and overboard discharges to be plugged during painting with yard supplied wooden plugs.

HR05 PAINTS AND COATINGS

(a) Any hull defects to be made good to the satisfaction of the Master, NLB Representative and Lloyd’s Register Surveyor before painting commences.

(b) All coatings shall be provided by NLB and applied as directed by the Jotun-Henry Clark representative.

(c) Unless otherwise agreed by both parties, all coatings shall be applied using airless spray (unless prohibited by H & S regulations) and no thinners will be added without the approval of Jotun.

(d) The original primer when the ship was built is the same over the entire hull and is Jotacoat Universal Aluminium which is a two pack epoxy anticorrosive primer.

The primer to be used at dry dock on the bottom and underwater sides is Jotamastic 87 Aluminium, a two-pack modified epoxy mastic coating that can be applied to a high film thickness.

The antifouling is Seaquantum Classic and is a single pack, tin free, self polishing and self smoothening antifouling.

A coat of Vinyguard Silvergrey 88 is applied between the primer and the antifouling and this is a single-pack chlorinated rubber anticorrosive sealer that is not temperature dependent and dries in 3 hours.

The top coats above the waterline are Jotaproof TC dark blue (RAL 5011 and Jotaproof TC white which are two-pack acrylic epoxy coatings.

To be noted as painting is required.

VERSION 104/05/23

63 of 116

Page 64: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

A coat of Jotamastic Plus Aluminium is applied between the primer and the top coat and this is a two pack modified epoxy anticorrosive that acts as a sealing coat and has good adhering qualities for the TC.

HR05 PAINTS AND COATINGS cont.

(e) Staging, craneage, baskets, cherry pickers etc. to be allowed for in the quotations for cleaning and painting where necessary.

(f) If charges are to be made in respect of waste disposal associated with cleaning and painting, these to be allowed for in the quotation. This to include containers of paint and thinners.

Bow Crest to be covered prior to painting hull and uncovered on completion.

HR06 HULL PREPARATION (UNDERWATER AND TOPSIDES TO BULWARK CAPPING)

The entire hull from the keel to the top edge of the bulwark rail in way of main deck aft and the top edge of the white apron forward to be degreased where necessary by the use of a suitable water soluble detergent and thoroughly high pressure fresh water washed (minimum 350 bar) to remove grease / detergent residues, salt deposits and other contamination. When dry, power disc damaged / corroded areas to minimum ST 2 standard, (clean bright metal) (ISO 8501-1 : 1988) Rough edges to be feathered smooth to a firm edge, and all areas to be sound, free of loose coatings, clean, dry and dust free prior to painting.

On completion, hull to be inspected by the Master, NLB representative and the paint manufacturer’s representative prior to painting.

YARD TO QUOTE

VERSION 104/05/23

64 of 116

Page 65: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

Allow for power disking damaged / corroded areas as follows. 42 square metres (5%) on flat bottom 68 square metres (10%) on underwater sides140 square metres (10%) on topsides

AREASTopside blue = 1,400 square metres.Topside white = 100 square metres.Flat bottom = 850 square metresUnderwater sides = 680 square metres.TOTAL = 3,030 square metres.

HR07 PAINTING (FLAT BOTTOM)

Bottom to be touched up with one coat of Jotamastic 87 Alum Aluminium epoxy anticorrosive and one coat of Vinyguard Silvergrey 88 Aluminium red toned anticorrosive/sealer followed by one touch up coat of tin free, self polishing, light red, Seaquantum Classic antifouling and one full coat of dark red Seaquantum Classic antifouling. Allow for :- 1 x 5% x 200 DFT touch up coat of Jotamastic 87 Alum A/C. 1 x 5% x 75 DFT touch up coat of Vinyguard Silvergrey 88. 1 x 5% x 150 DFT touch up coat of light red Seaquantum Classic A/F. 1 x full coat x 150 DFT of dark red Seaquantum Classic A/F.

(Total Area = 850 square metres).

YARD TO QUOTE

VERSION 104/05/23

65 of 116

Page 66: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

HR08 PAINTING (UNDERWATER SIDES TO WATERLINE)

Underwater sides to be touched up with one coat of Jotamastic 87 Alum Aluminium epoxy anticorrosive and one coat of Vinyguard Silvergrey 88 Aluminium red toned anticorrosive/sealer followed by one touch up coat of tin free, self polishing, light red, Seaquantum Classic antifouling and one full coat of dark red Seaquantum Classic antifouling.

Allow for :- 1 x 10% x 200 DFT touch up coat of Jotamastic 87 Alum A/C. 1 x 10% x 75 DFT touch up coat of Vinyguard Silvergrey 88. 1 x 10% x 150 DFT touch up coat of light red Seaquantum Classic A/F. 1 x full coat x 150 DFT of dark red Seaquantum Classic A/F.

(Total Area = 680 square metres).

YARD TO QUOTE

The specification for HR08 is the same as HR07. The reason it is written as a separate item is that it was originally proposed to use a different type of antifouling on the flat bottom.

HR09 PAINTING (TOPSIDES TO UPPER BOAT DECK)

Topsides between the lower edge of the white ribbon on waterline to the top edge of the bulwark rail in way of main deck aft and the lower edge of the white apron forward (from waterline to upper boat deck) to be touched up with two coats of Jotamastic Plus Aluminium epoxy anticorrosive followed by one full coat of Jotaproof TC Steel Blue (RAL 5011) from the upper edge of the white ribbon. Allow for :-(a) 1 x 10% x 150 DFT touch up coat of Jotamastic Plus, Aluminium.

YARD TO QUOTE

VERSION 104/05/23

66 of 116

Page 67: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

(b) 1 x 10% x 150 DFT touch up coat of Jotamastic Plus Aluminium Red Toned(c) 1 x full coat x 75 DFT Jotaproof Topcoat Steel Blue RAL 5011.

(Topside area = 1,400 square metres)

HR10 PAINTING (TOPSIDE WHITE APRON)

Apron to be touched up with two coats of Jotamastic Plus Aluminium epoxy anticorrosive followed by one full coat of Jotaproof Topcoat White.

Allow for :-(a) 1 x 10% x 150 DFT touch up coat of Jotamastic Plus Aluminium.(b) 1 x 10% x 150 DFT touch up coat of Jotamastic Plus Aluminium Red Toned(c) 1 x full coat x 75 DFT Jotaproof Topcoat White gloss.

(Apron area = 100 square metres)

YARD TO QUOTE

HR11 PAINTING (WHITE RIBBON, DRAUGHT MARKS, ETC.)

Forward, midship and aft draught marks, Plimsoll marks, load line, deck line, 75mm white ribbon along waterline, two bow thruster symbols and two azimuth thruster symbols each on the port and starboard sides to be painted with two coats of Jotaproof TC white.

Primer already applied in HR09 above.

HR11 PAINTING (WHITE RIBBON, DRAUGHT MARKS, ETC.) cont.

YARD TO QUOTE

VERSION 104/05/23

67 of 116

Page 68: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

Allow for :- 2 x full coats x 75 DFT Jotaproof Topcoat White gloss.

(Total Area = 20 square metres. White ribbon length = 200 metres approx.)

HR12 PAINTING (SHIP’S NAME, PORT OF REGISTRY, ETC.)

Ship’s name on bow and stern, port of registry and IMO number on the stern to be painted with two coats of Jotaproof Topcoat Gold and edged around with two coats of Jotaproof Topcoat Red.

Jotaproof Topcoat Gold is RAL 8000.Jotaproof Topcoat Red is RAL 3020.

YARD TO QUOTE

HR13 PAINTING (BOW CREST)

Bow crest to be cleaned of all loose or dead paint, painted and edged with gold paint of NLB supply.

YARD TO QUOTE

HR14 SEA CHESTS

Nine in number plastic sea chest grids to be removed and refitted for the YARD TO QUOTE

VERSION 104/05/23

68 of 116

Page 69: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

examination of sea chests, access to anodes, cleaning and coating with primer and antifouling.

(a) PORT FORWARD sea chest to Emergency Fire Pump and Reverse Osmosis Sea Water Feed Pump – One plastic grid fastened with 4 x M16 stainless steel castellated nuts locked with split pins.Sacrificial Anodes. Details in HR17.Impressed Current Anodes. Details in HR19.

HR14 SEA CHESTS cont.

(b) PORT HIGH to sea water suction crossover main – Two plastic grids each fastened with 6 x M16 stainless steel castellated nuts locked with split pins.Sacrificial Anodes. Details in HR17.Impressed Current Anodes. Details in HR19.

(c) PORT LOW to sea water suction crossover main – Two plastic grids, the aft being fastened with 6 x M16 stainless steel castellated nuts locked with split pins and the forward with 7 x M16 similar fastenings.Sacrificial Anodes. Details in HR17.Impressed Current Anodes. Details in HR19.

(d) STARBOARD HIGH to sea water suction crossover main. As with the Port High.

(e) STARBOARD LOW to sea water suction crossover main. As with the port low.

Grids and sea chests to be cleared of all marine growth and cleaned for inspection by the NLB Representatives. Sea chests to be touched up with two coats of Jotamastic 87 Alum Aluminium epoxy anticorrosive followed by one full coat of Vinyguard Silvergrey 88 Aluminium red toned anticorrosive / sealer and two full coats of A/F, one each of tin free, self polishing, light red and dark red Seaquantum Classic antifouling.

VERSION 104/05/23

69 of 116

Page 70: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

The sacrificial and impressed current anodes in each sea chest to be protected from paint.

Sea Chests to be inspected by Chief or Second Engineer before refitting the grids. Grids to be refitted with the existing nuts if in good condition. Stainless steel split pins to be renewed and fitted on completion.

Allow for :- 2 x 15% x 100 DFT touch up coats of Jotamastic 87 Alum A/C. 1 x full coat x 100 DFT of Vinyguard Silvergrey 88. 1 x full coat x 100 DFT of light red Seaquantum Classic antifouling. 1 x full coat x 100 DFT of dark red Seaquantum Classic antifouling.

Staging for access and craneage if necessary.

HR15 SACRIFICIAL ANODE CATHODIC PROTECTION

Anodes to be inspected. All are fastened with 2 x M16 stainless steel nuts.

2 x zinc anodes fitted in the port forward sea chest (420 x 100 x 55mm)

3 x zinc anodes fitted in the port low sea chest. (420 x 100 x 55mm)

3 x zinc anodes fitted in the starboard low sea chest. (420 x 100 x 55mm)

3 x zinc anodes fitted in the port high sea chest. (490 x 140 x mm)

3 x zinc anodes fitted in the starboard high sea chest (490 x 140 x mm)

6 x zinc anodes fitted in the forward bow thruster tunnel (420 x 100 x 55mm)

8 x zinc anodes fitted in the aft bow thruster tunnel (420 x 100 x 55mm)

YARD TO QUOTE

Quotation required for staging in way of the aft azimuth thrusters. The other staging is included in sea chest and tunnel thruster grid removals.

Please quote tariff rate(s) to replace the anodes in the event this is required.

VERSION 104/05/23

70 of 116

Page 71: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

8 x zinc anodes are fitted in way of the port azimuth thruster above the closing plates. (265 x 88 x 40mm) 5Kg, fastened with 2 x M16 stainless steel nuts.

1 x zinc anode is fitted to the trailing edge of the lower gearbox on the port azimuth thruster. (Original supplied by Rolls-Royce).

8 x zinc anodes are fitted in way of the starboard azimuth thruster above the closing plates. (265 x 88 x 40mm) 5Kg, fastened with 2 x M16 stainless steel nuts.

1 x zinc anode is fitted to the trailing edge of the lower gearbox on the starboard azimuth thruster. (Original supplied by Rolls-Royce).

2 x small zinc anodes are fitted at the top of the retractable multi-beam transducer. Allow for coating steel behind anode prior to fitting.Allow for staging.

HR16 IMPRESSED CURRENT CATHODIC PROTECTION (CATHELCO) FOR HULL

To be checked and serviced by Owner’s order service engineer. The system comprises:(a) Impressed current anodes.(b) Reference anodes.

Quotation for anode maintenance/replacement not required.

VERSION 104/05/23

71 of 116

Page 72: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

(c) Cathelco iron and copper anodes.

DETAILS1 set – 50 Amp, 400V, 50Hz, 3 phase modular control panel2 off – 25 Amp flush mounted recessed Elliptical anodes2 off – anode cofferdams2 off – zinc reference cells2 off – reference cell cofferdams

Allow for staging that will be required in way of frames 5 and 79 port and starboard sides.

Please quote for staging.

HR17 IMPRESSED CURRENT CATHODIC PROTECTION FOR SEA CHESTS

To be checked and serviced by Owner’s order service engineer. The system comprises:

1 modular control panel1 iron and 1 copper anode in the port forward sea chest1 iron and 2 copper anodes in the port high sea chest1 iron and 2 copper anodes in the port low sea chest1 iron and 2 copper anodes in the starboard high sea chest1 iron and 2 copper anodes in the starboard low sea chest

Staging is allowed for in HR14 SEA CHESTS

Quotation not required.

VERSION 104/05/23

72 of 116

Page 73: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

HR18 ANCHORS AND CABLES, PORT & STARBOARD

Port and starboard anchors to be lowered to dock bottom. Nine lengths of cable from the port side and ten lengths from the starboard side to be ranged on dock bottom for inspection by Master and NLB representative.

The anchors are 3,170kg stockless painted black and the cables are 56mm.

(a) Port and Stbd cables to be end-for-ended as directed. (b) Both anchor and selected cable shackles to be dismantled for inspection and

closed up on completion. (c) Shots to be remarked with white paint and seizing wire. (d) Cables to be re-stowed and anchors painted black and re-housed on

completion.(e) Cable calibrations to be taken and recorded if instructed by NLB

representative.

Please quote (e) separate from the main work.

When stowing cables, it may be necessary to flake down the first three lengths of both sides into their respective lockers. Thereafter, the cables will self stow.

Allow for craneage.

YARD TO QUOTE

HR19 CHAIN LOCKERS, PORT & STARBOARD

Port and starboard chain lockers to be thoroughly cleaned for inspection by Master and NLB representative. False floors to be lifted and all debris removed from vessel including mud, scale, loose paint and rust. Steelwork to be coated with two touch up coats and one full coat of primer. Floors to be refitted on completion.

YARD TO QUOTE

VERSION 104/05/23

73 of 116

Page 74: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

Allow for:- 2 x 15% x 150 DFT touch up coats of Jotacoat aluminium primer. 1 x full coat x 150 DFT of Jotacoat aluminium primer.

Eductor suctions to prove. This to cover clearing of suction pipes and hat boxes.

Allow for staging, craneage, temporary lighting and disposal of all debris.

HR20 SEA INJECTIONS AND OVERBOARD DISCHARGE VALVES

Nominated/suspect sea injection and discharge valves to be opened up for cleaning and inspection by Chief Engineer and NLB representative. Overhaul to include grinding the lids, re-packing the glands and re-jointing the covers. Quote to also allow for coating the chests and covers with one coat of primer and one coat of antifouling of NLB supply. All valves to be inspected by Chief or Second Engineer prior to re-assembly.

Allow for removal of floor plates and guard rails in way for access and staging.

Allow for opening up the following valves but these to be confirmed by NLB Representative at commencement of repairs.

PORT LOW SEA CHEST BORE (mm)a) Main Sea Injection, Angled, Bronze, SDSL 350b) Air Vent Valve, Bronze, SDSL 50c) Weed Clearing Valve, Cast Iron / Bronze, SDSL 20

PORT HIGH SEA CHESTa) Main Sea Injection, Bronze, SDSL 350b) Air Vent Valve, Bronze, SDSL 50c) Weed Clearing Valve, Cast Iron / Bronze, SDSL 20

STARBOARD LOW SEA CHEST a) Main Sea Injection, Angled, Bronze, SDSL 350

YARD TO QUOTE Tariff rates please.

VERSION 104/05/23

74 of 116

Page 75: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

b) Air Vent Valve, Bronze, SDSL 50c) Weed Clearing Valve, Cast Iron / Bronze, SDSL 20

STARBOARD HIGH SEA CHESTa) Main Sea Injection, Bronze, SDSL 350b) Air Vent Valve, Bronze, SDSL 50c) Weed Clearing Valve, Cast Iron / Bronze, SDSL 20

PORT FORD SEA CHEST a) Emergency Fire Pump Suction, Bronze, SDSL 80 or 100 b) Reverse Osmosis Plant Sea Suction, Bronze, SDSL 25 c) Vent Valve, Bronze, SDSL 50

d) Weed Clearing Valve, Cast Iron / Bronze, SDSL 20

HR20 SEA INJECTIONS & OVERBOARD DISCHARGE VALVES Cont.

PORT DISCHARGESa) Sea Water Cooling Overboard, Bronze, SDNR 250b) Ballast/Bilge Overboard, Bronze, SDNR 80c) Bilge Eductor Overboard, Bronze, SDNR 100

STBD DISCHARGES

a) Sea Water Cooling Overboard, Bronze SDNR 250b) Sewage Plant Overboard, Bronze, SDNR 100c) Grey Water Overboard, Bronze, Gate 50

d) Reverse Osmosis Overboard, Bronze, SDNR 25 e) Oily Water Separator Overboard, Bronze, SDNR 25 f) Ballast/Bilge Overboard, Bronze, SDNR 80

VERSION 104/05/23

75 of 116

Page 76: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

HR21 CROSSOVER MAIN SEA WATER BUTTERFLY VALVES

Nominated sea suction valves from the crossover main to be removed for cleaning and checked for their watertight integrity by Chief Engineer and NLB representative. The main valves comprise five in number 350mm NB valves and two in number 250mm NB valves.

Stbd high sea water suction isolating valve on inboard side of sea water strainer is not watertight when fully closed. The same applies to the sea water crossover main central isolating valve. Both valves are butterfly lug type 350mm NB and require to be removed for cleaning. Valves to be refitted or replaced with new valves of Owner’s supply.

NB Work on the seven in number valves above to be confirmed after the first two are sighted.

Allow for removal of floor plates and their angle iron supports for access. There may be other pipes such as bilge pipes, etc that require to be removed for access and it will be necessary to visit the ship to assess the work involved to access, remove and refit each valve before providing a quotation. The lugs on the butterfly valves are threaded and the 350mm bore valves are fastened by a total of 32 in number set screws.

HR21 CROSSOVER MAIN SEA WATER BUTTERFLY VALVES cont.

The crossover main sea water butterfly valves comprise the following.

DESIGNATION BORE (mm)

YARD TO QUOTE Tariff rates please.

VERSION 104/05/23

76 of 116

Page 77: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

(a) Port high strainer outlet valve, Cast Iron/Rubberised Butterfly 350 (b) Port low strainer outlet valve, Cast Iron/Rubberised Butterfly 350 (c) Stbd high strainer outlet valve, Cast Iron/Rubberised Butterfly 350 (d) Stbd low strainer outlet valve, Cast Iron/Rubberised Butterfly 350 (e) Port / Starboard Isolating Valve, Cast Iron/Rubberised Butterfly 350(f) Port SW Cooling, Cast Iron / Rubberised Butterfly 250(g) Starboard SW Cooling, Cast Iron / Rubberised Butterfly 250(h) Sewage Tank Flushing, Nodular Cast Iron / Bronze Butterfly 50(i) G/S Pump SW Suction, Nodular Cast Iron / Bronze Butterfly 100(j) Fire Pump Suction, Nodular Cast Iron / Bronze Butterfly 100(k) Ballast Pump SW Suction, Nodular Cast Iron / Bronze Butterfly 100(l) Oily Bilge Pump Suction, Nodular Cast Iron / Bronze Butterfly 40

HR22 SCUPPER VALVES

Nominated storm valves to be opened up for inspection. Valves to be reassembled with new gaskets and leathers. After inspection all valves to be re-assembled in good working order. Valves to be inspected before reassembly by Master or 1st Mate.

Port Side BORE (mm)a) Chain Locker, Bronze, NR 65b) Helideck, Bronze, NR 150c) Helifuel Tank Room, Bronze, NR 150d) Helifuel Tank Room, Bronze, SDNR 150 Starboard Sidea) Chain Locker, Bronze, NR 65b) Helideck, Bronze, NR 150c) Helifuel Tank Room, Bronze, NR 150d) Helifuel Tank Room, Bronze, SDNR 150

YARD TO QUOTE Tariff rates please.

VERSION 104/05/23

77 of 116

Page 78: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

HR23 BALLAST TANKS

In order to prevent external condensation for painting purposes, all tanks to be drained at commencement of dry dock and then, on completion, refilled with fresh water to the same soundings as when entering dry-dock. Ship to arrive with tanks either full or empty (excluding the heeling tanks), stability and trim permitting.

The original tank coating was two stripe coats and two full coats of Jotacoat Universal Aluminium primer at 150 DFT each coat.

Allow for the following. Removing two in number manhole doors per tank Supplying certificates for safe access Ventilation Lighting The removal / refitting of docking plugs to drain the nominated

tanks Refilling to the pre-docking status Refitting manhole doors with new joints

Ballast tanks to be opened up:

No.1 Fore peak tank centreNo.9 port WB deep tankNo.10 starboard WB aft peak tank

YARD TO QUOTE

Selected tanks may be opened up for inspection of the internal coatings.

Docking plug removal/refitting quoted in HR03.

VERSION 104/05/23

78 of 116

Page 79: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

HR24 FRESH WATER TANKS

No.3 Port - 87.1 cubic metresNo.3 Starboard - 87.1 cubic metres

Remove four in number manhole doors, two from each fresh water tank, for inspection of internals and tank coatings by Chief Officer. The original coating was to be Jotacoat 412, one stripe coat of red and a top coat of white at 300 DFT each but it would appear from previous examinations that two full coats of white have been applied.

Tanks to be pumped out, cleaned, chemically treated and tested.

Allow for the following. Refitting manhole doors with new joints Refilling the tanks to the same sounding as when entering dry dock Cost for 3 x bacteriological samples Cost for 3 x hydrocarbon samples Cost of fresh water required to carry out the work and refill the tanks Removal of keel blocks for access to docking plugs if necessary is allowed for in DS01.

YARD TO QUOTE

Previously we asked for a quotation for draining the tanks, opening them up and closing on completion with a separate quote for sampling, testing and approval. This based on Owner’s order specialist for cleaning.

HR25 VOID SPACE INSPECTION

Eight off void tanks to be opened up for inspection of their internal coatings.

Allow for the following.

YARD TO QUOTE

If you have tariff rates for opening up void spaces, testing for safe entry, issuing the necessary certificates and closing on completion, please provide.

VERSION 104/05/23

79 of 116

Page 80: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

Removing two in number manhole doors per tank Supplying certificates for safe access Ventilation Lighting Refitting manhole doors with new joints

Void tanks to be opened up:

Nos. 4, 5, 6, and 7 DBs ( all Centre Tanks)Nos. 3. 4, 7 and 9 (all Port Wing Tanks)

Please supply a separate cost or tariff rate to air test after closing.

HR26 INSTRUMENT TUBE & LIFT ARRANGEMENT

Cage damaged by keel block at the guarantee dry docking and was subsequently found to be jammed at the bottom of the instrument tube.

Instrument cage/platform to be freed, rigged and extracted from the instrument tube (moon-pool). Any damage to the stainless steel cage to be repaired before ship staff stow the cage on board.

Moon-pool coating to be examined including the lowering, lifting, guide rails, locking arrangement, etc. Lower surfaces of moon-pool to be coated with two touch up coats and one full coat of Seaquantum Ultra antifouling, each 150 m DFT from the base line up to between 4.5 and 5 metres above or as advised by Jotun representative. Internal and external closing plates to be coated with Seaquantum Ultra. The moon-pool is 1.2 metres square.

Allow for staging. Keel block removal is allowed for in DS01.

YARD TO QUOTE

HR27 FORWARD BOW TUNNEL THRUSTER – ROLLS-ROYCE (Ulstein Type TT1850. Unit No. T9700) (LR No. 2770)

VERSION 104/05/23

80 of 116

Page 81: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

Tunnel thruster and associated equipment/systems to be checked and serviced by specialist of Owner’s order and surveyed by LR surveyor in accordance with the CSM schedule.

Please quote hourly rates for the following: - a) Fitters assistance for Owner’s order specialistb) Machine Shop assistancec) Craneaged) Electrician

Two in number intake grids to be removed (one from each side) to provide access for cleaning, examination and painting. Each grid weighs about 240kg and is fastened with 16 x M20 stainless steel nuts and bolts locked with split pins.

Tunnel surfaces and intake grids to be cleared of all sea growth and cleaned for inspection by the NLB and Representative. Propeller tip clearances to take and record.

HR27 FORWARD BOW TUNNEL THRUSTER cont. Allow for: - 2 x 20% x 100 DFT touch up coats of Jotamastic 87 Alum anticorrosive. 1 x 20% x 75 DFT touch up coat of Vinyguard Silvergrey 88 Aluminium R/T 1 x 20% x 100 DFT touch up coat of Seaquantum Classic antifouling. 1 x full coat x 100 DFT of dark red Seaquantum Classic antifouling. Staging for access and craneage if necessary. Removal/Disposal of marine growth

Removal of keel blocks already allowed for in DS01.

Anode replacement (6 in number) if required is allowed for in HR15.

YARD TO QUOTE Please quote hourly rates.

Please quote for the removal of grids for inspection purposes.

Quote required for cleaning and inspection purposes. Propeller tip clearances required.

Please quote for coating as specified.

VERSION 104/05/23

81 of 116

Page 82: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

Grids may be refitted with the existing nuts and bolts if in good condition. Stainless steel split pins to be renewed.

HR28 AFT BOW TUNNEL THRUSTER – ROLLS-ROYCE (Ulstein Type TT1850. Unit No. T9701)

Tunnel thruster and associated equipment/systems to be checked and serviced by specialist of Owner’s order.

A 750kW, 690V, 3 phase, reversible electric motor to be disconnected and lifted sufficiently to permit the Owner’s order service engineer replace the mechanical seal on the gearbox input shaft. Suitable lifting eyes are in place but these will have to be load tested and certified before use. Tin plated, pop riveted lining and sound insulating material to be removed for access. All to be replaced on completion. Linings to be cleaned and painted if necessary as stated in DS12.

The electric drive motor is water cooled and there will be pipes and other removals required for access. A visit to the ship is recommended to assess the work involved to provide a more accurate quotation to carry out the known work.

HR28 AFT BOW TUNNEL THRUSTER cont.

In addition, please quote hourly rates for the following and any other trades that are thought to be required: -

a) Fitters assistance for Owner’s order specialistb) Machine Shop assistancec) Riggersd) Craneagee) Electrician

YARD TO QUOTE

Please quote fixed price for as much of the work as possible and advise exclusions. For the exclusions, please provide hourly rates, tariff rates or whatever.

YARD TO QUOTE

Please quote hourly rates.

VERSION 104/05/23

82 of 116

Page 83: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

f) Cleaners, etc

Please quote for the other known services but include in the fixed price quotation if possible, e.g. testing and certifying lifting eyes, staging, etc

Electric motor to be refitted and reconnected. Bow thruster to be run and tested prior to the ship leaving the yard.

Two in number intake grids to be removed (one from each side) to provide access for cleaning, examination and painting. Each grid weighs about 260kg and is fastened with 16 x M20 stainless steel nuts and bolts locked with split pins.

Tunnel surfaces and intake grids to be cleared of all sea growth and cleaned for inspection by the NLB and Representative. Propeller tip clearances to take and record. Allow for: - 2 x 20% x 100 DFT touch up coats of Jotamastic 87 Alum anticorrosive. 1 x 20% x 75 DFT touch up coat of Vinyguard Silvergrey 88 Aluminium R/T 1 x 20% x 100 DFT touch up coat of Seaquantum Classic antifouling. 1 x full coat x 100 DFT of dark red Seaquantum Classic antifouling. Staging for access and craneage if necessary. Removal/Disposal of marine growth

Removal of keel blocks already allowed for in DS01.

Anode replacement (8 in number) if required is allowed for in HR15.

Grids may be refitted with the existing nuts and bolts if in good condition. Stainless steel split pins to be renewed.

Please quote for the removal of grids for inspection purposes.

Quote required for cleaning and inspection purposes. Propeller tip clearances required.

Please quote for coating as specified.

HR29 PORT AQUAMASTER AZIMUTH THRUSTER (LR No.2963) Type: - US 205/3850 Serial No.62502 Work No.514-D396-307-02

VERSION 104/05/23

83 of 116

Page 84: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

Propeller:- Finn-screw, No.3412 02 06 Work No.514D396 Cast 4782/CU3. Weight 1754Kg

Port azimuth thruster to be examined and serviced as required by Owner’s order service engineer and surveyed by LR surveyor in accordance with the CSM schedule.

This to include: - a) Checking that the adjustment of the hydraulic components

corresponds to the given values.b) Checking the fastenings of the pumps, motors, etc.c) Checking the installation of the flexible couplings.d) Replacing the filling plug breathers

Please quote for the following.

a) Staging for external examination and surveyb) An hourly rate for the assistance of fittersc) An hourly rate for machine shop assistanced) An hourly rate for craneage

YARD TO QUOTE

HR30 STBD AQUAMASTER AZIMUTH THRUSTER Type: - US 205/3850 Serial No.62503 Work No.514-D396-307-02 Propeller:- Finn-screw, No.3412 01 06 Work No. 514D396 Cast 4781/CU3. Weight 1739Kg

Starboard azimuth thruster to be examined and serviced as required by Owner’s order service engineer. This to include: -

a) Checking that the adjustment of the hydraulic components corresponds to the given values.

b) Checking the fastenings of the pumps, motors, etc.c) Checking the installation of the flexible couplings.d) Replacing the filling plug breathers

Please quote for the following. YARD TO QUOTE

VERSION 104/05/23

84 of 116

Page 85: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

a) Staging to permit the service engineer to examine the azimuth thruster externally

b) An hourly rate for the assistance of fittersc) An hourly rate for machine shop assistanced) An hourly rate for craneage

HR31 HYDROGRAPHIC TRANSDUCERS.

MULTIBEAMMultibeam transducer to be lowered into its working position by Owner’s order service engineer for examination. Anodes to be checked and transducer to be retracted into its stowed position on completion.

SOUND VELOCITY PROBEValeport sound velocity probe to be lowered into its working position by specialist of Owner’s order for examination and retracted into its stowed position on completion.

SONAR SL35Sonar transducer to be lowered into its working position by Kongsberg specialist for examination and retracted into its stowed position on completion.

HR32 STEELWORK REPAIRS – PORT AFT ROPE LOCKER (Frame -3 to Frame 11 – frame spacing 600mm)

DAMAGE

Shell plating set in slightly in way of frames 8 and 9 over a height of about 1.5 metres from just below main deck level. Upper brackets tripped at frame 8 (very slightly) and at frame 9 (noticeably). The weld between the bulb flat stiffening and the shell plating at the top in way of frame 9 has fractured over about 70mm and the bulb flat stiffening has bent forward slightly. Lower brackets 8 and 9 at tween deck

YARD TO QUOTE

VERSION 104/05/23

85 of 116

Page 86: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

level, 350 x 350 x 8mm are slightly tripped.

Shell plating set in slightly at frame 5 over about 1 metre in height and this has damaged the web frame. The shell plating is 10mm thick.

Temporary repairs were made in March 2009.

PERMANENT REPAIRS

Upper bracket, 200 x 200 x 8mm to be cropped off at frame 8 and temporary bracket 250 x 250 x 8mm to be cropped off at frame 9. Bulb flat stiffening to be cropped and part renewed at frames 8 and 9 from top to about 1.5 metres below where they are scalloped at the butt weld between two shell plates. Allow for 2 x 140 x 7 BFs x 1,500mm.

HR32 STEELWORK REPAIRS – PORT AFT ROPE LOCKER cont

Upper brackets at frames 8 and 9 to be renewed. Allow for 2 at 200 x 200 x 8mm. Lower brackets at frames 8 and 9 to be cropped and renewed. Allow for 2 at 350 x 350 x 8mm.

Shell plating to be heated and faired over 1.8 metres square approximately with a multi head oxy acetylene burner. The plate should be faired after repeated heating and cooling otherwise it may be faired using jacks off the longitudinal bulkhead that is about 1 metre inboard from the shell plating.

Web plating at frame 5 to be cropped and part renewed over 380mm wide x 900mm high x 8mm thick. Shell plating to be heated and faired in way.

New and disturbed steelwork to be coated internally with two full coats of Owner’s supplied primer. Coating of the new and disturbed steel work is allowed for in the hull painting specification.

Allow for issuing a gas free certificate for hot work, temporary lighting, staging,

VERSION 104/05/23

86 of 116

Page 87: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

craneage, cleaning in way of repairs, disposal of waste materials, fire watch, hose testing on completion if required, etc.

HR33 STEELWORK REPAIRS – PORT TECHNICAL WATER TANK (Frame 11 to Frame 25, frame spacing 600mm) Capacity 70.6M3

DESCRIPTIONThe tank is a wing tank and is just over 1 metre wide between the shell plating and its inboard longitudinal bulkhead. The heights are:-Bottom of the hull to the top of the floor about 1.8 metresTop of floor to tween deck about 2.7 metresTween deck to main deck about 2.7 metres

DAMAGEShell plating, 10mm thick set in heavily at frame 18 from approximately midway between main deck and tween deck levels to just above the top of the floor at the bottom of the tank.

The bracket under the main deck is tripped, the bracket at the tween deck is fractured, and the flanged brackets below the tween deck and at the floor are heavily buckled. The bulb flat stiffening at frame 18 is buckled from tween deck level to approximately halfway up to the main deck level and the bulb flat stiffening between the floor and tween deck is buckled in its entirety.

HR33 STEELWORK REPAIRS – PORT TECHNICAL WATER TANK cont

The tween deck plating with lightening hole is heavily buckled longitudinally from just forward of frame 17 to the aft side of frame 19 and transversely from the shell plating to the inboard side of the inner longitudinal bulkhead about 7.2 metres from centreline. (The beam of the ship is 16.5 metres).

Due to the extent of the damage, the stiffening and brackets were not measured while in the tank as we thought these could be taken from the construction drawings but we

YARD TO QUOTE

VERSION 104/05/23

87 of 116

Page 88: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

have been unable to find these drawings and the electronic drawings are unclear. The sizes given below are approximate, some being taken from the electronic drawing and others being estimated.

Temporary repairs were made in March 2009.

PERMANENT REPAIRS

All 4 brackets above to be removed and refitted.Allow for:- 1 at 175 x 175 x 8mm1 at 250 x 250 x 8mm1 at 300 x 300 x 8mm flanged1 at 400 x 400 x 8mm flanged

Bulb flat stiffening at frame 18 to be cropped and part renewed between tween deck and main deck. Allow for 1 at 120 x 6 x 1.3 metres.Bulb flat stiffening to be cropped and part renewed between floor and tween deck. Allow for 1 at 160 x 8 x 2.4 metres.Tween deck plating with lightening hole to be cropped and part renewed between frames 17+ and 19-. Allow for 1 at 1,100 x 1,000 x 7mm. Two longitudinal flat bar brackets attached in way to be removed for access and refitted or renewed. Allow for 2 at 450 x 200 x 8mm approximately.Shell plating to be cropped and part renewed in way of damage adjacent to and before frame 17 to the same distance forward of frame 19. Allow for 1 at 1,400 long x 4,000 high x 10mm thick or 2 at 1,400 x 2,000 x 10mm on above the other.

New and disturbed steelwork to be coated internally with two full coats of Owner’s supplied primer. Coating of the new and disturbed steel work is allowed for in the hull painting specification.

HR33 STEELWORK REPAIRS – PORT TECHNICAL WATER TANK cont

YARD TO QUOTE

VERSION 104/05/23

88 of 116

Page 89: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

Allow for removing and refitting manhole doors with new joints, gas freeing, issuing a gas free certificate for hot work, temporary lighting, staging, craneage, cleaning in way of repairs, disposal of waste materials, fire watch, hose testing on completion if required, etc.

HR34 STEELWORK REPAIRS – STARBOARD AFT ROPE LOCKER (Frame -3 to Frame 11 – frame spacing 600mm)

DAMAGE

Shell plating set in slightly between frames 1 and 3. Upper bracket tripped at frame 2.

Temporary repairs were made in March 2009 which involved welding a 250 x 75 x 8mm flat bar along the hypotenuse edge of the bracket to form a flanged bracket.

PERMANENT REPAIRS

For dry docking in 2010, this should be inspected nearer the time as there may be other steelwork renewals. The bulb flat stiffening at frame 2 will require to be cropped and part renewed and the upper bracket will have to be renewed.

There may be a need for other minor repairs in this compartment. Ship yard to visit and examine the three areas of steelwork to be repaired to give an accurate fixed price quotation.

YARD TO QUOTE

HR35 PORT WINDLASS (RAPP HYDEMA) LR No. 2037

Port electrically driven windlass to be surveyed by LR surveyor in accordance with

VERSION 104/05/23

89 of 116

Page 90: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

CSM schedule. Clutches, bearings, brakes, electric speed control, etc. to be checked and unit run for LR surveyor.

In the event some work has to be carried out, please quote hourly rates to provide the following assistance:-

(a) Mechanical and electrical tradesmen.(b) Machine shop work.(c) Craneage.

YARD TO QUOTE

HR36 PORT & STARBOARD MOORING CAPSTANS (RAPP HYDEMA)

Two in number electrically driven mooring capstans to be serviced by specialist of Owner’s order. Bearings, hydraulically operated brakes, electric speed control, etc. to be checked and serviced as required.

Please quote an hourly rate to provide the following assistance:-

(a) Mechanical and electrical tradesmen to assist the service engineer.(b) Machine shop work.(c) Craneage.

YARD TO QUOTE

HR37 PORT & STARBOARD TUGGER WINCHES (RAPP HYDEMA)

Two in number electrically driven tugger winches to be serviced by specialist of Owner’s order. Bearings, hydraulically operated brakes, electric speed control, etc.

VERSION 104/05/23

90 of 116

Page 91: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

to be checked and serviced as required.

Please quote an hourly rate to provide the following assistance:-

(a) Mechanical and electrical tradesmen to assist the service engineer.(b) Machine shop work.(c) Craneage.

YARD TO QUOTE

HR38 BUOY CHAIN / TOW WINCH (RAPP HYDEMA)

Electrically driven combined buoy chain winch and tow winch to be serviced by specialist of Owner’s order. Bearings, hydraulically operated brakes, electric speed control, etc. to be checked and serviced as required.

Hydraulically operated spooling gear together with its wheelhouse controls to be cheacked and services as required.

Please quote an hourly rate to provide the following assistance:-

(a) Mechanical and electrical tradesmen to assist the service engineer.(b) Machine shop work.(c) Craneage.

YARD TO QUOTE

HR39 BUOY CHAIN CAPSTAN & CHAIN ROLLER ASSEMBLY (RAPP HYDEMA)

Electrically operated combined buoy chain capstan and chain roller to be serviced by specialist of Owner’s order. Bearings, hydraulically operated brakes, electric speed control, etc. to be checked and serviced as required.

Please quote an hourly rate to provide the following assistance:-YARD TO QUOTE

VERSION 104/05/23

91 of 116

Page 92: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

(a) Mechanical and electrical tradesmen to assist the service engineer.(b) Machine shop work.(c) Craneage.

HR40 PORT & STARBOARD STORES CRANES (PALFINGER)

Two in number electro hydraulic stores cranes to be serviced by specialist of Owner’s order. Electric motors, pumps, safety devices, remotely controlled valves, crane structures, hydraulic cylinders, flexible hoses, etc including the remote control equipment to be checked and serviced as required.

Please quote an hourly rate to provide the following assistance:-

(a) Mechanical and electrical tradesmen to assist the service engineer.(b) Machine shop work.(c) Craneage.

YARD TO QUOTE

HR41 AFT DECK CRANE (PALFINGER)

Aft electro hydraulic deck crane to be serviced by specialist of Owner’s order. Electric motors, pumps, safety devices, remotely controlled valves, crane structure, hydraulic cylinders, flexible hoses, etc including the remote control equipment to be checked and serviced as required.

Please quote an hourly rate to provide the following assistance:-

(a) Mechanical and electrical tradesmen to assist the service engineer.(b) Machine shop work.(c) Craneage.

YARD TO QUOTE

VERSION 104/05/23

92 of 116

Page 93: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

HR42 30 TONNE BUOY CRANE (LIEBHERR)

30 tonne electro hydraulic buoy crane to be serviced by specialist of Owner’s order. Electric motors, pumps, safety devices, remotely controlled valves, crane structure, hydraulic cylinders, flexible hoses, etc including the remote control equipment to be checked and serviced as required.

Please quote an hourly rate to provide the following assistance:-

(a) Mechanical and electrical tradesmen to assist the service engineer.(b) Machine shop work.(c) Craneage.

YARD TO QUOTE

HR43 PORT WORKBOAT DAVIT (NED-DECK MARINE) TYPE: PFH 80 CT

Port electro hydraulic workboat davits to be serviced by specialist of Owner’s order. Electric motors, pumps, safety devices, remotely controlled valves, davit structure, pulleys & associated bearings or bushes, hydraulic cylinders, flexible hoses, etc including the electric control equipment to be checked and serviced as required.

Please quote an hourly rate to provide the following assistance:-

(a) Mechanical and electrical tradesmen to assist the service engineer.(b) Machine shop work.(c) Craneage.

YARD TO QUOTE

VERSION 104/05/23

93 of 116

Page 94: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

HR44 STARBOARD WORKBOAT DAVIT (NED-DECK MARINE) TYPE: PRH-35 AP

Starboard electro hydraulic workboat davit to be serviced by specialist of Owner’s order. Electric motors, pumps, safety devices, remotely controlled valves, davit structure, pulleys & associated bearings or bushes, hydraulic cylinders, flexible hoses, etc including the electric control equipment to be checked and serviced as required.

Painter boom and associated equipment to be checked and serviced as required.

Please quote an hourly rate to provide the following assistance:-

(d) Mechanical and electrical tradesmen to assist the service engineer.(e) Machine shop work.(f) Craneage.

YARD TO QUOTE

VERSION 104/05/23

94 of 116

Page 95: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

SECTION 3

SAFETY EQUIPMENT, LIFTING GEAR & OTHER ANNUAL INSPECTIONS

VERSION 104/05/23

95 of 116

Page 96: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

REF. SAFETY EQUIPMENT, LIFTING GEAR & OTHER ANNUAL INSPECTIONS. PAGE

SE01 LSA EQUIPMENT 39SE02 FIRE FIGHTING EQUIPMENT (PORTABLE EXTINGUISHERS) 39SE03 FIRE FIGHTING EQUIPMENT (DETECTION SYSTEM) 40SE04 FIRE FIGHTING EQUIPMENT (S.C.A.B.A.) 40SE05 FIRE FIGHTING EQUIPMENT (FIXED CO2 SYSTEMS) 40SE06 FIRE FIGHTING EQUIPMENT (HI-FOG SYSTEM) 40SE07 FIRE FIGHTING EQUIPMENT (HELIFOAM MONITORS) 41

VERSION 104/05/23

96 of 116

Page 97: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

SE08 B.A. COMPRESSOR 41SE09 RADIO EQUIPMENT SURVEY 41SE10 MEDICIAL LOCKER 41SE11

LIFTING GEAR – ANNUAL INSPECTION42

SE12 RESCUE BOAT ENGINE 42SE13 RESCUE BOAT DAVIT 42SE14 CALIBRATED EQUIPMENT 42SE15 HELIFUEL SYSTEM INSPECTION 42

SE01 LSA EQUIPMENT

LSA Equipment to be examined, serviced and re-certified by specialist of Owner’s

OWNERS ORDER

VERSION 104/05/23

97 of 116

Page 98: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

order.(a) 6 in number RFD 20 man liferafts. (b) 1 in number RFD 10 man liferaft. (c) 2 in number RFD 6 man liferafts. (d) 1 in number Viking 470 rescue boat, (e) 29 in number Mullion Mariner 275N inflatable lifejackets.(f) 4 in number Cosalt Crewsaver 275N inflatable lifejackets.(g) 45 in number Cosalt Premier C lifejackets distributed in cabins.(h) 46 in number Cosalt Crewsaver immersion suits distributed in cabins.

Please quote to crane ashore the liferafts and rescue boat and return on board on completion.

YARD TO QUOTE

SE02 FIRE FIGHTING EQUIPMENT (PORTABLE EXTINGUISHERS)

Portable fire extinguishers to be serviced by specialist of Owner’s order. Should it be necessary to remove the extinguishers from the vessel, specialist to arrange replacement fire cover. 21 x 9Ltr AFFF 2 x 45Ltr AFFF 1 x 1Kg CO2 4 x 2Kg CO2 34 x 5Kg CO2 33 x 9Kg Dry Powder 12 x 12Kg Dry Powder 4 x 50Kg Dry Powder

Please quote craneage rate to lift ashore and return on board if required.

OWNERS ORDER

YARD TO QUOTE

VERSION 104/05/23

98 of 116

Page 99: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

SE03 FIRE FIGHTING EQUIPMENT (DETECTION SYSTEM)

Autronica BS-100 Fire Detection System to be inspected and tested by specialist of Owner’s order.

OWNERS ORDER

SE04 FIRE FIGHTING EQUIPMENT (S.C.A.B.A.)

Ten in number Draeger Marine PA91+ open circuit Self Contained Air Breathing Apparatus sets and associated equipment to be inspected by specialist of Owner’s order. This to include:-

(a) 10 in number S.C.A.B.A. sets.(b) 30 in number BA cylinders,.(c) 10 in number Breathing Apparatus Harnesses, (d) 8 in number Fire Suits, (e) 11 in number Draeger CF15 EEBDs

OWNERS ORDER

SE05 FIRE FIGHTING EQUIPMENT (FIXED CO2 SYSTEMS)

CO2 systems for Bow Thruster Compartment, Azimuth Compartment, Engine Room, Paint Store, Galley and Emergency Generator Room comprising thirty (30) in number 45Kg cylinders to be inspected and serviced by specialist of Owner’s order. Please quote craneage rate to lift cylinders ashore and return on board if required.

OWNERS ORDER

YARD TO QUOTE

VERSION 104/05/23

99 of 116

Page 100: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

SE06 FIRE FIGHTING EQUIPMENT (HI-FOG SYSTEM)

Marrioff Hi-Fog to be inspected and serviced by specialist of Owner’s order.

OWNERS ORDER

SE07 FIRE FIGHTING EQUIPMENT (HELIFOAM MONITORS)

Helideck Unitor Fixed Foam system to be inspected and serviced by specialist of Owner’s order.

OWNERS ORDER

SE08 B.A. COMPRESSOR

Bauer Junior 2 B.A. compressor to be inspected and serviced by specialist of Owner’s order.Test and certify safety relief valve and air purity.

OWNERS ORDER

SE09 RADIO EQUIPMENT SURVEY

Annual Safety Radio Survey and Record of Equipment to be carried out by SELEX on behalf of Lloyds

OWNERS ORDER

VERSION 104/05/23

100 of 116

Page 101: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

SE10 MEDICIAL LOCKER

Ship’s medical locker and first aid kits to be checked and restocked to MCA requirements by Pharmacist of Owner’s order. Medicines and associated stock to have at least a one year duration on expiry dates.

OWNERS ORDER

SE11 LIFTING GEAR – ANNUAL INSPECTION

Chain blocks, shackles, strops, slings, cargo lashing equipment, nets, securing eyes, pad eyes to be inspected and re-certified by Specialist of Owner’s order and defective equipment to be replaced as required. Items to be colour coded in accordance with NLB QHSE regulations. This to include all equipment from deck and engine-room on board vessel.

Please quote craneage rate to lift ashore and return on board if required.

OWNERS ORDER

YARD TO QUOTE

SE12 RESCUE BOAT ENGINE

Engine to be removed from Rescue Boat and serviced by Specialist of Owners Order.

OWNERS ORDER

SE13 RESCUE BOAT DAVIT OWNERS ORDER

VERSION 104/05/23

101 of 116

Page 102: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

NED-DECK SCH 12-3,5 Davit to be inspected and serviced by specialist of owners order.

SE14 CALIBRATED EQUIPMENT

Re-calibrate all equipment listed in ISM Form PHA 6.15 that is due for calibration

OWNERS ORDER

SE15 HELIFUEL SYSTEM INSPECTION

Helicopter re-fuelling system to be serviced by specialist of Owner’s order.Port tank to be cleaned.

OWNERS ORDER

VERSION 104/05/23

102 of 116

Page 103: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

SECTION 4

ENGINE ROOM REPAIRS & MAINTENANCE

VERSION 104/05/23

103 of 116

Page 104: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

REF. ENGINE ROOM REPAIRS & MAINTENANCE PAGE

ER01 PORT AFT MAIN GENERATOR ENGINE, WARTSILA 8L20 (LR 0017) 78ER02 PORT AFT MAIN GENERATOR FLEXIBLE COUPLING (LR 1939) 79ER03 PORT AFT MAIN GENERATOR ENGINE LUBE OIL COOLER (LR 2170) 79ER04 PORT AFT MAIN GENERATOR ENGINE ATTACHED L/T FRESH WATER COOLING PUMP (LR 2318) 79ER05 PORT AFT MAIN GENERATOR ENGINE ATTACHED H/T FRESH WATER COOLING PUMP (LR ------) 79ER06 PORT AFT MAIN GENERATOR ENGINE ATTACHED LUBE OIL CIRCULATING PUMP (LR 2406) 80ER07 EMERGENCY FIRE PUMP, ALLWEILER – TYPE NISM40-250 (LR 2220) 80ER08 FORWARD AUXILIARY FUEL OIL TRANSFER PUMP, ALLWEILER – TYPE: SNF 80 (LR 2532) 80ER09 GENERAL SERVICE AIR COMPRESSOR & SAFETY DEVICES, TAMROTOR – TYPE EMH 44-13 EANA (LR 2101) 80ER10 GENERAL SERVICE AIR RECEIVER & SAFETY DEVICES (LR 2125) 81ER11 BALLAST PUMP, ALLWEILER – TYPE NAM65 – 315 (LR2251) 81ER12 PORT FORWARD FUEL OIL CIRCULATING PUMP, ALLWEILER – TYPE: SPF 40 (LR 2475) 81ER13 STB’D OUTB’D FUEL OIL CIRCULATING PUMP, ALLWEILER – TYPE: SPF 40 (LR 2475) 81

VERSION 104/05/23

104 of 116

Page 105: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

ER01 PORT AFT MAIN GENERATOR ENGINE (LR 0017) WARTSILA – TYPE 8L20; ENGINE No. PAAE032863

(Total Running Hours approximately 3,000)

Port aft engine to be part dismantled by Specialist of Owner’s order for inspection and survey by Class Surveyor. Two nominated cylinder heads, pistons and connecting rods to be removed for examination of head valves, rockers and associated running gear, pistons, piston rings, cylinder liners, connecting rods and top and bottom end bearings.

Main bearing with thrust and one other nominated main bearing to be removed for examination and refitted.

Free end drive and camshafts to be exposed for visual examination and various other components to be examined in accordance with manufacturer’s recommendations.

Remaining six cylinder liners, tops of piston crowns and head valves to be inspected in situ by endoscope.

Holding down bolts, chocks, crankcase doors and relief devices to be checked by service engineer prior to inspection by Class Surveyor.

OWNERS ORDER

VERSION 104/05/23

105 of 116

Page 106: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

Engines to be given a 4,000 hour service by the Owner’s order Specialist which includes :- Checking and adjusting the tappets as required Charge air cooler to be opened up and cleaned. This can be checked first by

endoscope and a decision made whether it requires removal for cleaning or not. Crankshaft alignment to be checked. One cylinder liner to be removed to check the jacket water space. Turbocharger to be inspected and cleaned. Fuel injector nozzles to be renewed.

Engine to be run on test for Class Surveyor on completion. Duration of test and load to be agreed with Surveyor prior to conducting the test.

Owner’s representative to discuss and agree the extent of work to be carried out with the Class Surveyor before the task is commenced.

ER02 PORT AFT MAIN GENERATOR FLEXIBLE COUPLING (LR 1939)

Port aft engine flexible coupling to be examined by Specialist of Owner’s order to verify its condition prior to inspection and survey by Class Surveyor. Owner’s representative to discuss and agree the extent of work to be carried out with the Class Surveyor before commencing the task.

OWNERS ORDER

ER03 PORT AFT MAIN GENERATOR ENGINE LUBE OIL COOLER (LR 2170)

Port aft engine lube oil cooler end covers to be removed by specialist of Owner’s order and tube stack to be inspected and cleaned if necessary on the cooling water side. (This is expected to be unnecessary due to the cooling medium being fresh water).

OWNERS ORDER

VERSION 104/05/23

106 of 116

Page 107: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

Removals of tube stack for inspection and survey by Class Surveyor to be discussed with the Surveyor prior to removal.

ER04 PORT AFT MAIN GENERATOR ENGINE ATTACHED L/T FRESH WATER COOLING PUMP (LR 2318)

Port aft engine low temperature jacket water cooling pump to be opened up by specialist of Owner’s order for inspection and survey by Class Surveyor. Owner’s representative to discuss and agree the extent of removals with the Surveyor prior to commencing the work.

OWNERS ORDER

ER05 PORT AFT MAIN GENERATOR ENGINE ATTACHED H/T FRESH WATER COOLING PUMP (LR ------)

Port aft engine high temperature jacket water cooling pump to be opened up by specialist of Owner’s order for inspection and survey by Class Surveyor. Owner’s representative to discuss and agree the extent of removals with the Surveyor prior to commencing the work.

OWNERS ORDER

ER06 PORT AFT MAIN GENERATOR ENGINE ATTACHED LUBE OIL CIRCULATING PUMP (LR 2406)

Port aft engine lube oil circulating pump to be removed and dismantled by specialist of Owner’s order for inspection and survey by Class Surveyor. Owner’s representative to discuss and agree the extent of removals with the Surveyor prior to commencing the work.

OWNERS ORDER

VERSION 104/05/23

107 of 116

Page 108: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

ER07 EMERGENCY FIRE PUMP (LR 2220) – ALLWEILER TYPE: NIS M40 – 250; U3.1D-W3-V5-42/350; No. R5044541

Emergency fire pump to be opened up for examination and survey by Class Surveyor. Owner’s representative to discuss and agree the extent of removals with the Surveyor prior to commencing the work.

Quotation may be required at dry dock (Owner’s account).

ER08 FOR’D AUXILIARY FUEL OIL TRANSFER PUMP (LR 2532) ALLWEILER – TYPE: SNF 80 ER46 E6.7 W1; No. R5045550

Forward auxiliary fuel oil transfer pump to be opened up for examination and survey by Class Surveyor in accordance with CSM. Owner’s representative to discuss and agree the extent of removals with the Surveyor prior to commencing the work.

Quotation may be required at dry dock (Owner’s account).

ER09 GENERAL SERVICE AIR COMPRESSOR & SAFETY DEVICES (LR 2101) – TAMROTOR SCREW COMPRESSOR TYPE: EMH 44-13 EANA; SERIAL No. F004512;

General service air compressor and safety devices to be serviced by specialist of Owner’s order prior to inspection and survey by a Class Surveyor. Owner’s representative to discuss and agree the extent of service with the Surveyor prior to commencing the work.

Quotation may be required at dry dock (Owner’s account).

ER10 GENERAL SERVICE AIR RECEIVER & SAFETY DEVICES (LR 2125)

Quotation may be required at dry dock (Owner’s account).

VERSION 104/05/23

108 of 116

Page 109: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

General service air receiver and safety devices to be opened by specialist of Owner’s order for examination and survey by Class Surveyor in accordance with CSM. Owner’s representative to discuss and agree the extent of removals with the Surveyor prior to commencing the work.

ER11 BALLAST PUMP (LR2251) – ALLWEILER TYPE NAM65 – 315; U3.1D-S-W3-V5; No. R5044400

Ballast pump to be opened up for examination and survey by Class Surveyor in accordance with CSM. Owner’s representative to discuss and agree the extent of removals with the Surveyor prior to commencing the work.

Quotation may be required at dry dock (Owner’s account).

ER12 PORT FORWARD FUEL OIL CIRCULATING PUMP (LR 2475) ALLWEILER – TYPE: SPF 40 R54 08.3 W8; No. R5045589

Port forward fuel oil circulating pump to be opened up for examination and survey by Class Surveyor in accordance with CSM. Owner’s representative to discuss and agree the extent of removals with the Surveyor prior to commencing the work.

Quotation may be required at dry dock (Owner’s account).

ER13 STB’D OUTB’D FUEL OIL CIRCULATING PUMP (LR 2475) ALLWEILER – TYPE: SPF 40 R54 08.3 W8; No. R5045591

Starboard outboard fuel oil circulating pump to be opened up for examination and survey by Class Surveyor in accordance with CSM. Owner’s representative to discuss and agree the extent of removals with the Surveyor prior to commencing the work.

Quotation may be required at dry dock (Owner’s account).

VERSION 104/05/23

109 of 116

Page 110: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

SECTION 5

ELECTRICAL REPAIRS & MAINTENANCE

VERSION 104/05/23

110 of 116

Page 111: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

REF. ELECTRICAL REPAIRS & MAINTENANCE PAGE

EL01 PORT AFT PROPULSION GENERATOR, GOVERNORS & ANCILLARY EQUIPMENT (LR 1708) 84

VERSION 104/05/23

111 of 116

Page 112: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

ELO1 PORT AFT PROPULSION GENERATOR, GOVERNORS & ANCILLARY EQUIPMENT (LR 1708) – SAM ELECTRONICS TYPE: SE500 L6; SER No. 3006 00102; 3ph; 690V; 1710kVA.

Port aft generator, governors and ancillary equipment to be checked and serviced as required by Specialist of Owner’s order prior to inspection and survey by Class Surveyor.

OWNER’S ORDER

VERSION 104/05/23

112 of 116

Page 113: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

VERSION 104/05/23

113 of 116

Page 114: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

SECTION 7

ACCOMMODATION REPAIRS & MAINTENANCE

VERSION 104/05/23

114 of 116

Page 115: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

REF. ACCOMMODATION REPAIRS & MAINTENANCE PAGE

VERSION 104/05/23

115 of 116

Page 116: Background Information - nlb.g2b.infonlb.g2b.info/docs/...NLV_Pharos_Dry_Dock_Services_1_…  · Web viewThis Tender has been created in MS Word 2007 and is designed to be completed

NORTHERN LIGHTHOUSE BOARD

VERSION 104/05/23

116 of 116