er15 general service air compressor

advertisement
Northern Lighthouse Board
TENDER FOR THE PROVISION OF: DRY DOCK SERVICES & UPGRADE FOR NLV POLE
STAR
REF: TPOL/DRYD/0681
OJEU REF: 2010/S 120-182001
INTRODUCTION
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 fional@nlb.org.uk
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 1 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
Introduction
Following 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 nontransferable, if you decide you do not wish to tender please inform Fiona Lynch, Commercial
Manager Email: fional@nlb.org.uk 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 Open Procedure and our
notice 2010/S 120-182001 was published by OJEU on 24 June 2010.
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 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
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 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
Point of Contact
All 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 27th July 2010 (at least 1 week
before deadline).
The closing date for receipt of tender is Tuesday 3rd August 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 Lynch
Commercial Manager
Northern Lighthouse Board
84 George Street
Edinburgh
EH2 3DA
United Kingdom
Email: fional@nlb.org.uk
Fax: 0044 131 473 2436
Completed Tenders should be forwarded using the label provided at Annex V to:
Director of Finance
Northern Lighthouse Board
84 George Street
Edinburgh
EH2 3DA
United 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 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
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 tenders@nlb.org.uk if you wish to ensure delivery
before the deadline. Please put “Tender Ref: TPOL/DDOC/0681” 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. Other types of file especially Zip files or encrypted files may cause problems and
could hamper the delivery of your Tender. 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.
Page 5 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
Mandatory Standstill Period (Alactel Judgement)
NLB will incorporate a minimum 10 working day standstill period (electronic transmission) or
15 working days (by postal service) at the point information on the award of the contract is
communicated to all Tenderers. This period allows unsuccessful Tenderers to seek further
debriefing from NLB 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/debriefing has to be provided a minimum of 3 working days before the expiry of
the standstill period. If this does not happen the standstill period must be extended by 3
working days from the date of the last debrief.
If an appeal regarding the award of a contract has not been successfully resolved the Public
Contracts (Amendment) Regulations 2009 (SI 2009/2992) and The Public Contracts and
Utilities Contracts (Scotland) Amendment Regulations (SI 2009 No. 428) 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. NLB is now
automatically obliged to suspend the contract-making when a legal challenge to the contract
award decision is launched. The Court may order the (prospective) ineffectiveness of a
contract where certain serious rule breaches have occurred. This will be coupled with a fine
on NLB. They can also provide for alternative penalties (contract shortening, fines, or both)
instead of ineffectiveness, in certain situations where ineffectiveness is inappropriate. More
information can be obtained from The Office of Government Commerce.
http://www.ogc.gov.uk/procurement_policy_and_application_of_eu_rules_guidance_on_the_
UK_regulations.asp
Agreement Nature*
This contract is for dry docking facilities for NLV Pole Star which will allow statutory out of
water surveys and maintenance to be carried out. Machinery, Hull & Safety Equipment
Maintenance surveys will also be completed at this time.
The Pole Star requires to dry dock by mid September 2010 in order to complete its Second
Special Survey (10 year) when it’s Statutory and Class certification will be renewed. The
opportunity will also be taken to carry out planned maintenance for the vessel.
We also plan to carry out modest mid-life improvements to the vessel which are consistent
with the recommendations of the last Fleet Review. These improvements are aimed at
reducing noise in the crew quarters and improving the operational efficiency of the vessel.
In addition to the above it is our intention to have alterations made to the Bow Thruster
Compartment and cabins on the main and lower Focsle decks options will be exercised,
dependent upon our budgetary constraints. Please refer to pages 115-120 for further
information.
Page 6 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
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.
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.
Page 7 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
Termination of Contract
Further 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 Period
The contract will commence in September 2010. Estimated timescales for the Dry Dock
Services are three full weeks commencing 6 September 2010 ( there is a level of flexibility
from 1 September to 15 September 2010 for a start date). Please confirm availability of
facilities during this period. These dates are approximate and will depend on final contract
negotiations etc.
Contract Award Criteria
The award criteria (and weighting) are detailed below: 
Agreeable contract terms and conditions (10%)
Criteria
Agreeable contract terms and conditions
Declaration of Non Collusion
Form of Tender

Weighting
0.6
0.2
0.2
Financial/Cost (30%)
Criteria
Financial Viability based on Z-score and Dun
& Bradstreet Risk of Business Failure
Project Cost

0.5
Technical & Business Capability (50%)
Criteria
References
Insurance
Programme, Including Ships downtime
Information on Dry Dock Facilities
Information on sub contractors

Weighting
0.5
Weighting
0.2
0.1
0.4
0.2
0.1
Good Standing 10%
Criteria
Statement of Good Standing
Health & Safety
Quality Assurance/ Quality plan details if not
accredited
Environmental Issues
Disputes
Equality
Weighting
0.3
0.2
0.2
0.1
0.1
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.
Page 8 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
Issue of Invitation to Tender
Tender return deadline
Mandatory standstill period
Tender award
Contract commences
Tuesday 22nd June 2010
Tuesday 3rd August 2010
There will be a 10 working day mandatory
standstill period between the notification of our
intent and effecting any agreement.
August 2010
September 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-Contractors
As 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 Conduct
Contractors 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 Meetings
Progress 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.
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.
Page 9 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
Hospitality
Tenderers 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 Property
NLB’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.
Publicity
Publicity 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.
Freedom of Information Act 2000 Statement
The 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; and
3. 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.
Page 10 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
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):
1. 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.
2. Name
Position
Telephone Number
Fax Number (if
available)
E-mail (if available)
1.3.
Current legal status of the Potential Provider (e.g. partnership, private limited company,
etc.)
Please
(tick
box)
one
Sole Trader
Partnership
Public Limited
Company
Private Limited
Company
Other (please state)
Page 11 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
1.4.
Date and place of formation of the Potential Provider and, if applicable, registration under
the Companies Act 2006.1 Please provide copies of Certificates of Incorporation (where
appropriate) and any changes of name, registered office and principal place of business.
3. Date of formation
Place of formation
Date of registration
Company registration
number
Certificates enclosed
YES / NO (please delete)
Registered Office
Principal
business
1.5.
place
of
Ownership structure
a)
Full legal name and address of Parent Company if applicable:
4. Company Name
Address
Town/City
Postcode
Country
Company
registration number
2
1
Potential Providers established outside the United Kingdom may provide equivalent information. For a
list of acceptable equivalent information please refer to in Regulation 23(7) of the Public Contracts
Regulations 2006.
2 Or, for parent companies established outside the United Kingdom, equivalent information as set out in
Regulation 23(7) of the Public Contracts Regulations 2006.
Page 12 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
b)
Full legal name and address of (ultimate) Parent Company if applicable:
5. Company Name
Address
Town/City
Postcode
Country
Company registration
number3
c)
If the Potential Provider is a division or subsidiary, what is its relationship with the
Parent Company (ownership, directorship, authority, etc)
Relationship
d)
Please provide a one-page chart illustrating the ownership structure of the
Potential Provider including relations to any parent or other group or holding
companies.
Ownership structure enclosed (please tick √)
1.6.
Please provide a brief history of the Potential Provider’s organisation.
Brief history of the Potential
Provider’s organisation, no more
than 400 words, including details
of any parent and associated
companies and any corporate reorganisations or changes of
ownership over the last 5 years
including details of significant
pending developments, changes in
financial structure or ownership,
prospective take-over bids, buyouts and closures, etc which are
currently in the public domain.
3
Or, for parent companies established outside the United Kingdom, equivalent information as set out in
Regulation 23(7) of the Public Contracts Regulations 2006.
Page 13 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
1.7.
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
state4).
Evidence of registration with appropriate professional/trade body
Either insert required details or state ‘None’
1.8.
Charities or Housing Association or other Registration number (if this applies). Please
specify registering body.
Registering body
Registration number
1.9.
VAT registration number
VAT Registration number
1.10. Please provide a Company organisational structure diagram.
Company Organisation Structure attached
Yes /No
2. Subcontracting
All 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 NLB 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 indicate which of the following applies
a) Your organisation is bidding to provide the services
required itself (if ‘Yes’, go to question 3)
b) Your organisation is bidding in the role of Prime Contractor
and intends to use third parties to provide some services
c) the potential provider is a consortium
4
Yes / No
Yes / No
Yes / No
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 14 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
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
2.3.
Company / Organisation
How much of the requirement
and what will they directly
deliver (%)
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. Capability
3.1. 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 staff and managerial staff over the previous 3 years.
Year
Staff numbers
Managerial Staff
Technical staff
involved with the
delivery and support of
this type of contract
Page 15 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
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
Yes/No
conflict of Interest?
3.4
Please provide information relating to the Potential Provider’s experience of
contracts for similar services, demonstrating the similarities in provided products and
services to this requirement:
Potential Providers should provide details of three significant private or public
sector contracts for the supply of services which it has performed. These 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 products and services similar to those outlined
in the Requirement for similar sized companies.

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 NLB. NLB 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 or services, the information requested should be
provided in respect of the principal intended provider of the services.)
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)
1.
2.
3.
Page 16 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Certificate of
Acceptance5
/ Completion
attached?
(Y/N)
Names
of
supply chain
members
(sub
contractors)
and/
or
consortium
members
and
their
role
Northern Lighthouse Board

Potential Providers should provide full details of any contracts that have been
terminated, cancelled or ended early by either the Customer or the Provider
including the reason the termination/cancellation etc.
Have any contracts been terminated during the
last 5 years? If Yes please provide full details
below.
Yes / No
3.5
In relation to the requirement please provide details of the Potential Provider’s
available technical facilities, bases, study and research facilities, tools, plant, technicians,
technical equipment and services.
Statement of available
technical facilities,
equipment, services
and staff
3.6
In relation to the requirement please provide details of the Potential Provider’s
approach to investment, research and development (including the ‘roadmap’) for the
products available.
Statement of approach
to investment, research
and development.
3.7
Please provide details of the Potential Provider’s technical ability to perform the
contract, including details of skills, efficiency, experience, reliability, methodologies
and approaches relevant to the contract.
Details of the Potential
Provider’s technical
ability
5
The certificate of acceptance is a document which contains evidence of confirmation that the particular
contract was completed.
Page 17 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
3.8
Please provide details of the Potential Provider’s measures for ensuring quality in
relation to the services provided under the contract in particular for ensuring quality
of software and your support services including details of your approach to contract
and project management, service delivery and complaints. (Details of your quality
attestation registrations (if any) for example under ISO9001 or equivalent are
required in section 7 of this document)
Details of the Potential
Provider’s measures to
ensure quality such as
Quality Management
systems
Page 18 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
4. Financial
4.1 Please provide the following financial information or an explanation as to why the
Potential Provider cannot provide this information
Information attached
If No
Yes or No
Please explain why
a)
A copy of the most
recent audited accounts for
your organisation that cover
the last two years of trading or
for the period that is available
if trading for less than two
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).
Page 19 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
4.2 Parent company and/or other guarantees of performance and financial standing may be
required 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.
6. Where
required,
Parent Guarantee
Available?
7. Where
required,
Performance
Bond Available?
YES / NO (please delete)
YES / NO (please delete)
If No please state why
4.3 Name and address of principal banker.
8. Bank Name
Address
Town/City
Postcode
If requested, would you be willing to provide a
Banker’s reference?
Page 20 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
YES/NO
Northern Lighthouse Board
5
Insurance
Please provide evidence of the Employers' liability insurance; public liability
insurance; professional liability and/or indemnity insurance; and any other
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. Please be aware that our Tender documents will require specific
minimum levels of the insurance required for the successful contractor.
5.1 Insurance details
Employers’
Liability
Type of
insurance
9. Name
insurer
Public Liability
Professional
Indemnity
Other
of
Address
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
b)
YES / NO (please
delete)
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’
Page 21 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
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
b)
YES / NO (please
delete)
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’
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.
Page 22 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Yes/No
Northern Lighthouse Board
7.2 Health and Safety
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? Please
provide a copy.
Yes/No
Does your organisation train its staff in Health and Safety?
Yes/No
If you answer No to any of these questions please explain why.
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.
7.3 Environmental Issues
Do you operate a documented environmental management system?
Yes/No
If you do not have such a system please explain why
Is this system certified by an independent body attesting conformity to
environmental management standards based on the Community EcoManagement 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
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.
Page 23 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Yes/No
Northern Lighthouse Board
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)
Does your organisation have a written CSR Policy?
If you do not have such a policy please explain why.
Page 24 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Yes/No
Northern Lighthouse Board
STATEMENT RELATING TO GOOD STANDING
STATEMENT 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 DOCK & UPGRADE SERVICES
We 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 25 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
Discretionary grounds for rejection
The 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 26 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
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 42/43 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
Page 27 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
Annex I
CONDITIONS OF CONTRACT FOR THE PURCHASE OF SERVICES
These 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 DEFINITIONS
In 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 reconstituted 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;
‘Purchase Order’ means the document setting out the Purchaser’s requirements for the
Contract.
Page 28 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
2 THE SERVICES
2.1 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 DELIVERY
3.1 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 REQUIREMENTS
4.1 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.
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
Page 29 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
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 SERVICES
5.1 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 STATUS
In 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 PERSONNEL
7.1 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 30 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
8 MANNER OF CARRYING OUT THE SERVICES
8.1 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 PERFORMANCE
The 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 PAYMENT
10.1
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 MATERIALS
Where 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 31 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
12 AUDIT
The 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 PAYMENTS
The 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 as amended from time to time.
14 PATENTS, INFORMATION AND COPYRIGHT
14.1 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, subcontractors 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 32 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
15 INDEMNITY AND INSURANCE
15.1 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
DISCRIMINATION
16.1 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 INFORMATION
17.1 The Supplier undertakes to abide and procure that his employees abide by the
provisions of the Official Secrets Acts 1911 to 1989.
17.2 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
Page 33 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
him by reason of this Contract except information which is in the public domain
otherwise than by reason of a breach of this provision.
17.3 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.
17.4 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.
17.5 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.
17.6 The Purchaser may seek and obtain references about the Suppler from banks, existing
or past clients, or other referees proposed by the Supplier.
17.7 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).
17.8 The provisions of this Condition 17 shall apply during the continuance of this Contract
and after its termination howsoever arising.
18
TERMINATION
18.1 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
Page 34 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
(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
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 and/or the Adults
with Incapacity (Scotland) Act 2000, 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 ENVIRONMENT
19.1 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) UK Marine and
Coastal Access Act 2009 and The Marine (Scotland) Act 2010 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.
Page 35 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
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
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 The Waste Electrical and Electronic Equipment
(Amendment) Regulations 2009 and shall provide the Purchaser with such evidence that the
Purchaser requires (acting reasonably) of such compliance.
20
RECOVERY OF SUMS DUE
Wherever 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- CONTRACTING
21.1 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
NOTICES
Any 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
ARBITRATION
All 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.
Page 36 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
24
HEADINGS & MISCELLANEOUS
24.1 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.
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 LAW
These 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 6
1 April 2010
Page 37 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
Annex II
INSTRUCTIONS TO TENDERERS
Confidentiality of Tenders
1.1.
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/Invoicing
Where 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 Standards
Where 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 38 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
4. Framework/Call-off Contracts
If 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 Tender
The 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 Bidders
In 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. Qualifications
Tenders 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 Tenders
NLB may not consider tenders which do not contain all information and particulars
requested.
9. Delivery Date
Where 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 retendering.
Page 39 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
11. Price
All 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 Tenders
Tenders 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 Validity
Tender(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 Tender
Unless 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 Payment
NLB 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 Proposals
The 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 40 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
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 41 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
Annex III
DECLARATION OF NON-COLLUSION*
1.
2.
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.
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 42 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
Organisation’s name
Signed
Position
Date
Page 43 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
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 Pole Star Dry Dock & Upgrade 2010 (Appendix A)
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 44 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
Northern Lighthouse Board
3. GOVERNING LAW. I agree that any contract that may result from this tender shall be
4.
5.
6.
subject to the law of Scotland and the jurisdiction of the Scottish courts.
I have abided by the Confidentiality of Tenders requirement set out in the Instructions to
Tenderers.
The prices quoted in this tender are valid for a minimum of 90 days from the tender
deadline.
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
………………………………………………………...
tender
duly
for and on behalf of (IN BLOCK CAPITALS)
……………………………………………………………
Address
……………………………………………..
……………………………………………..
……………………………………………..
Postcode
……………………………………………..
Tel No.
……………………………………………..
Fax No.
……………………………………………..
Email
……………………………………………..
Website
……………………………………………..
Date
……………………………………………..
* delete as appropriate
Page 45 of 131
Issue No: 1
Revision No: 1
Active Date: 22 June 2010
authorised
to
sign
Northern Lighthouse Board
Annex V
Tender No: ____ TPOL/DDOC/0681
To arrive no later than 14:00 hours
On Tuesday
3rd
August 2010
Notes:
1. The envelope to which this is attached must not bear
any indication of the tenderer’s name.
Director of Finance
Northern Lighthouse Board
84 George Street
EDINBURGH
EH2 3DA
Postage
must be
paid
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.
TENDER
Issue No: 1
Revision No: 1
Active Date: 27 May 2010
Page 46 of 131
Northern Lighthouse Board
AIDS TO NAVIGATION TENDER
“NLV POLE STAR”
DRY DOCK & UPGRADE 2010
Issue No: 1
Revision No: 1
Active Date: 27 May 2010
Page 47 of 131
Appendix I
Northern Lighthouse Board
CONTENTS
GENERAL PARTICULARS
3
SURVEY STATUS
4
LIST OF DRAWINGS
6
7
SECTION 1
- DOCKING & SERVICES
SECTION 2
- HULL MAINTENANCE, REPAIRS & ALTERATIONS
12
SECTION 3 - SAFETY EQUIPMENT, LIFTING GEAR & OTHER ANNUAL INSPECTIONS
33
SECTION 4
- BRIDGE MAINTENANCE, REPAIRS & ALTERATIONS
39
SECTION 5
- ENGINEERING MAINTENANCE, REPAIRS & ALTERATIONS
42
SECTION 6
- ELECTRICAL MAINTENANCE, REPAIRS & ALTERATIONS
58
SECTION 7
- ACCOMMODATION MAINTENANCE, REPAIRS & ALTERATIONS
63
SECTION 8
-
66
UPGRADE FOR NOISE REDUCTION
Issue No: 1
Revision No: 1
Active Date: 27 May 2010
Page 48 of 131
Northern Lighthouse Board
GENERAL PARTICULARS
PORT OF REGISTRY
LEITH
OFFICIAL NUMBER
903683
IMO NUMBER
9211987
CLASSIFICATION SOCIETY
LLOYD’S REGISTER OF SHIPPING
CLASS (BUILT)
LLOYD’S + 100A1, LA + LMC, UMS
SIGNAL LETTERS
ZQQC5
LENGTH OVERALL
51.52 METRES
LENGTH BETWEEN PERPENDICULARS
44.00 METRES
BREADTH MOULDED
12.00 METRES
DEPTH MOULDED TO MAIN DECK
5.15 METRES
SUMMER LOAD DRAUGHT MOULDED
3.466 METRES
GROSS TONNAGE
1174
NET TONNAGE
352
DEADWEIGHT
437
MAIN MACHINERY/PROPULSION (DIESEL ELECTRIC)
GENERATOR ENGINES
CUMMINS-WARTSILA CW8L170 - 3 x 876 kW AC
HARBOUR GENSET
CUMMINS NTA855D2(M) - 1 x 256 kW AC
PROPULSION MOTORS
HMA - 2 x 1000 kW AC
PROPULSION SYSTEM
2 X KAMEWA AQUAMASTERS
PROPELLERS
2 x FOUR BLADED FIXED PITCH
BOW THRUSTERS
BRUNVOLL, TUNNEL - 2 x 210 kW AC
SERVICE SPEED
12 KNOTS
DATE DELIVERED
MANAGERS
15 SEPTEMBER 2000
COMMISSIONERS OF NORTHERN LIGHTHOUSES
84 GEORGE STREET,
EDINBURGH,EH2 3DA
Issue No: 1
Revision No: 1
Active Date: 27 May 2010
Page 49 of 131
Northern Lighthouse Board
SURVEY STATUS
RANGE DATES
CLASS SURVEYS
ASSIGNED DATE
DUE DATE
15 / 09 / 05
14 / 09 / 10
14 / 10 / 07
14 / 09 / 10
16 / 10 / 09
14 / 09 / 10
HULL
SS
SPECIAL SURVEY (II)
DS
DOCKING SURVEY
AS
ANNUAL SURVEY
ITSS
INTERMEDIATE
09 / 10 / 07
CONTINUOUS MACHINERY.
10 / 09
10 / 14
DIRP1
DIRECTIONAL PROPELLER – PORT ( 5 )
10 / 07
10 / 12
DIRP2
DIRECTIONAL PROPELLER – STBD ( 5 )
10 / 07
10 / 12
ANNUAL CERTIFICATION
16 / 10 / 09
16 / 10 / 10
QUADRENNIAL CERTIFICATION
12 / 10 / 05
12 / 10 / 10
LOAD LINE ANNUAL HARMONISED
15/06/10 – 14/09/10
MACHINERY
CSM
LIFTING APPLIANCES
STATUTORY SURVEYS
LLA
SCAH
SAFCON ANNUAL / INTERMEDIATE HARMONISED.
16 / 10 / 09
16 / 10 / 09
MOAH
MARPOL OIL ANNUAL HARMONISED
16 / 10 / 09
MAAH
MARPOL AIR ANNUAL HARMONISED
16 / 10 / 09
SCIH
SAFCON INTERMEDIATE HARMONISED.
MOIH
MARPOL OIL INTERMEDIATE HARMONISED
MAIH
MARPOL AIR INTERMEDIATE HARMONISED
PLRH
PERIODICAL LL RENEWAL HARMONISED
11/10/10
Issue No: 1
Revision No: 1
Active Date: 27 May 2010
Page 50 of 131
09/10/07
09/10/07
14/09/10
Northern Lighthouse Board
MACHINERY DETAILS
DUE DATES
ITEMS TO BE CONSIDERED FOR SURVEY
NO.
SEE SECTIONS
Issue No: 1
Revision No: 1
Active Date: 27 May 2010
Page 51 of 131
LLOYDS
QUARTERLY
LISTING
PLANNED
MAINTENANCE
DONE /
/NOT DONE
Northern Lighthouse Board
DRAWINGS
DISTRIBUTION
DRAWING NUMBER
DRY DOCK
COMPANY
DRAWING TITLE
GENERAL ARRANGEMENT (As Fitted)
AF 1
√
DOCKING PLAN
AF 03
√
LINES PLAN
AF 12
√
Issue No: 1
Revision No: 1
Active Date: 27 May 2010
Page 52 of 131
NORTHERN LIGHTHOUSE BOARD
SECTION 1
DOCKING & SERVICES
VERSION 1
16/03/16
53 of 131
NORTHERN LIGHTHOUSE BOARD
REF.
DOCKING / SERVICE
DS01
DRYDOCKING
9
DS02
DOCK RENT
9
DS03
SHORE POWER
9
DS04
TEMPORARY LIGHTING
9
DS05
POTABLE WATER
10
DS06
FIRE MAIN
10
DS07
SANITARY ARRANGEMENTS
10
DS08
GANGWAY
10
DS09
GARBAGE SKIP
10
DS10
NIGHT WATCHMAN
11
DS11
FIRE WATCH
11
DS12
CLEANING
11
PAGE
VERSION 1
16/03/16
54 of 131
NORTHERN LIGHTHOUSE BOARD
DS01
YARD TO QUOTE
DRY DOCKING
Dock and undock vessel, including dock rent for day of entry. All normal shorings
and removal of keel blocks to be included.
Refer to docking plan to ensure that no keel blocks are placed in way of the Speed
Log, Echo Sounder Transducers, Docking Plugs, etc.
A distance of 500mm below the keel is required to withdraw the Aquamaster units
from the vessel in dry dock.
Allow for docking and undocking during normal working hours.
DS02
DOCK RENT
YARD TO QUOTE
Daily rate and total to cover quoted time in dry dock.
DS03
YARD TO QUOTE
SHORE POWER
Connect, disconnect and supply electrical power to the vessel at all times during
the overhaul period.
Power requirements are :415 Volts, 3 Phase, 50 Hz and up to 200 Amps (125 Kw approx).

Allow for supplying shore power to the vessel in dry dock and at a lay by berth
if required 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.

Cost to include the supply of the ship to shore cabling.
Please quote a separate price to supply a mobile genset, cabling and fuel tank for use
by the ship after undocking. NLB will supply the fuel.
DS04
TEMPORARY LIGHTING
YARD TO QUOTE
Temporary lighting to be provided where required for specified repairs.
VERSION 1
16/03/16
55 of 131
NORTHERN LIGHTHOUSE BOARD
DS05
POTABLE WATER
A supply of fresh water is to be available in the galley at all times.
by means of a hose fitted with a tap.
YARD TO QUOTE
This may be
Quote to allow for supply of hose and daily service charge if applicable.
DS06
YARD TO QUOTE
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 will
be made available on the dock-side along with any keys required to operate them.
Disconnect when leaving dry dock and reinstate vessels own fire main system to
operational status.
DS07
SANITARY ARRANGEMENTS
YARD TO QUOTE
Suitable sanitary arrangements to be provided for the use of Officers and Crew in
close proximity to the vessel while in dry-dock.
DS08
YARD TO QUOTE
GANGWAY
Gangway with safety net to be provided during overhaul period.
If a second gangway is required for Yard convenience or safety requirements, this
cost to be included.
YARD TO QUOTE
DS09
GARBAGE SKIP
Skip to be provided and placed on dockside for ship staff use only. Skip to be
emptied when requested and Chief Officer to be notified for record keeping
purposes.
N.B. Crew will be living ashore while the vessel is in dry dock so garbage should be
minimal.
Please quote for skip hire, including disposal of contents
VERSION 1
16/03/16
56 of 131
NORTHERN LIGHTHOUSE BOARD
YARD TO QUOTE
DS10
NIGHT WATCHMAN
Provide a night watchman if instructed by NLB representative. Quote for a 12 hour
nightshift.
YARD TO QUOTE
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 to be allowed for in each item.
DS12
CLEANING
YARD TO QUOTE
Local cleaning in way of repairs, removal and disposal of all repair arisings 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 is to be
allowed for in the specified items.
VERSION 1
16/03/16
57 of 131
NORTHERN LIGHTHOUSE BOARD
SECTION 2
HULL MAINTENANCE, REPAIRS & ALTERATIONS
VERSION 1
16/03/16
58 of 131
NORTHERN LIGHTHOUSE BOARD
REF.
HULL MAINTENANCE, REPAIRS & ALTERATIONS
PAGE
HR01
PROTECTION OF PAINT WORK, DECK & FITTINGS
15
HR02
DOCKING PLUGS
15
HR03
SCUPPERS
15
HR04
PORT HOLES
15
HR05
PAINTS AND COATINGS
15
HR06
HULL PREPARATION (UNDERWATER AND TOPSIDES TO BULWARK CAPPING)
16
HR07
PAINTING (UNDERWATER HULL)
16
HR08
PAINTING (TOPSIDES)
17
HR09
PAINTING (WHITE RIBBON, DRAFT MARKS ETC.)
17
HR10
PAINTING (SHIP’S NAME AND PORT OF REGISTARY)
17
HR11
PAINTING (BOW CREST)
18
HR12
SEA CHESTS
18
HR13
SEA BAY
18
HR14
FORWARD BOW TUNNEL THRUSTERS
19
HR15
AFT BOW TUNNEL THRUSTER
20
HR16
SACRIFICIAL ANODES
20
HR17
IMPRESSED CURRENT ANODES
21
HR18
ANCHORS AND CABLES, PORT AND STARBOARD
22
HR19
CHAIN LOCKERS, PORT AND STARBOARD
22
HR20
BALLAST TANKS
22
HR21
FRESH WATER TANKS
23
HR22
FUEL OIL TANKS
24
HR23
HAWSE PIPES
25
HR24
PORT AQUAMASTER THRUSTERS
25
HR25
STBD AQUAMASTER THRUSTER
25
HR26
SEA INJECTIONS AND DISCHARGE VALVES
26
HR27
SEA BAY VALVES
27
VERSION 1
16/03/16
59 of 131
NORTHERN LIGHTHOUSE BOARD
HR28
STORM VALVES
27
HR29
NORLIFT CRANE
28
HR30
NORLIFT CRANE 5-YEARLY LOAD TEST
28
HR31
EFFER CRANE
29
HR32
EFFER CRANE 5-YEARLY LOAD TEST
29
HR33
WINDLASS
29
HR34
AFT MOORING CAPSTAN
30
HR35
HYDRAULIC CHAIN STOPPERS
30
HR36
HATCH COVER
30
HR37
CHAIN WINCH
31
HR38
PORT MOTORISED BOLLARD
32
HR39
STBD MOTORISED BOLLARD
32
VERSION 1
16/03/16
60 of 131
NORTHERN LIGHTHOUSE BOARD
YARD TO QUOTE
HR01 PROTECTION OF PAINT WORK, DECK AND FITTINGS
The contractor will be responsible for the paint work, gear and fittings, portholes, 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 stairways within the accommodation is to be laid as
required.
YARD TO QUOTE
HR02 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.
YARD TO QUOTE
HR03 SCUPPERS
All scuppers and overside discharges to be plugged during painting with yard supplied wooden
plugs.
YARD TO QUOTE
HR04 PORT HOLES
All Port Holes to be tested for water-tight integrity, before hull painting commences, to
ascertain which may require repair to meet Load Line requirements. Allow for testing 36 Port
holes and repairing / rejointing six in number.
HR05 PAINTS AND COATINGS
YARD TO QUOTE
(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 Paints
representative.
(c) Unless otherwise agreed by both, all coatings shall be applied using airless spray and
no thinners will be added.
(d) The topside primer is chlorinated rubber, the underwater primer and topside blue are
single pack acrylic, while the antifouling is tin and tar free.
VERSION 1
16/03/16
61 of 131
NORTHERN LIGHTHOUSE BOARD
(e) Staging, craneage, baskets, bosun’s chairs 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.
HR06 HULL PREPARATION (UNDER WATER AND TOPSIDES
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 cleaned using high pressure fresh water
cannon and hard scraping / disking as required. Allow for hand scraping 10% of the bottom
area and disking 15% of the total area.
YARD TO QUOTE
Finished surfaces to be clean, sound and free of loose coatings. On completion, hull to be
inspected by the Master, NLB representative and the paint manufacturer’s representative
for approval prior to painting.
(Topside blue area = 564 square metres.
Topside white area = 30 square metres.
Underwater area = 871 square metres.
Total area
= 1,465 square metres).
YARD TO QUOTE
HR07 PAINTING (UNDERWATER HULL)
Bare areas to be touched up with three coats of single pack acrylic anticorrosive primer,
Vinyguard SG.88 Aluminium, and two full coats of tin free, self polishing Seaguardian
antifouling.
Allow for :
1 x 15 % x 80 DFT touch up coat of aluminium primer.

1 x 15 % x 80 DFT touch up coat of aluminium red tone primer.

1 x 15 % x 80 DFT touch up coat of aluminium primer.

1 x full coat x 75 DFT of light red antifouling.

1 x full coat x 75 DFT of dark red antifouling.
(Total underwater area = 871 square metres).
VERSION 1
16/03/16
62 of 131
NORTHERN LIGHTHOUSE BOARD
HR08 PAINTING (TOPSIDES)
YARD TO QUOTE
Topsides between the upper 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 to be
touched up with two coats of Pioner anticorrosive chlorinated rubber primer. Topsides to be
finished with one touch up coat and one full coat of Pioner TC single pack acrylic blue.
Apron to be touched up with two coats of Pioner anticorrosive chlorinated rubber primer and
finished with one touch up coat plus one full coat of Pioner TC single pack acrylic white.
Allow for :(a) 1 x 10 % x 75 DFT touch up coat of red primer.
(b) 1 x 10 % x 75 DFT touch up coat of grey primer.
(c) 1 x 10 % x 50 DFT touch up coat of blue gloss to topsides.
(d) 1 x 10 % x 50 DFT touch up coat of white gloss to apron.
(e) 1 x full coat x 50 DFT blue gloss to topsides.
(f) 1 x full coat x 50 DFT white gloss to apron.
(Total topside area = 594 square metres comprising :564 square metres black and 30 square metres white)
HR09 PAINTING (WHITE RIBBON, DRAUGHT MARKS, ETC.)
YARD TO QUOTE
Forward and aft draught marks, load line, white ribbon along waterline and two bow thrust
symbols on port and starboard sides to be painted with two coats of Pioner TC white.
Allow for :2 x full coats x 50 DFT white gloss.
(Length of white ribbon = 110 metres approx)
YARD TO QUOTE
HR10 PAINTING (SHIP’S NAME AND PORT OF REGISTRY)
Ship’s name on bow and stern and port of registry to be painted with gold paint or similar of
NLB supply and edged around with red gloss paint.
HR11
YARD TO QUOTE
PAINTING (BOW CREST)
Bow Crest to be covered prior to painting hull and uncovered on completion.
Bow crest to be cleaned of all loose or dead paint, painted and edged with gold paint of NLB
supply.
VERSION 1
16/03/16
63 of 131
NORTHERN LIGHTHOUSE BOARD
HR12
SEA CHESTS
YARD TO QUOTE
Three in number plastic sea chest grids to be removed for examination of sea chests /
access to anodes, and refitted.
(a) Forward sea chest to Emergency Fire Pump - 240mm dia. approx. secured with three
in number fastenings.
(b) Port Low to main Sea Bay - 870 x 420mm approx., secured with eight in number
fastenings.
(c) Starboard High to main Sea Bay - 870 x 420mm approx., secured with eight in number
fastenings.
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 three coats of anti-corrosive
primer to bare areas and coated with two full coats of antifouling. The single sacrificial and
two Cathelco 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 new nuts. Fastenings to be locked on completion.
Allow for:(a) 3 x 15% x 80 DFT touch up anti-corrosive primer applied with HR06.
(b) 2 x full coats x 75 DFT antifouling.
Staging for access and craneage if necessary.
HR13
SEA BAY
YARD TO QUOTE
Sea bay to be opened up for removal of all sea growth, by removing three in number
manhole doors on tank top for access. The sea bay is similar to a cofferdam and runs
athwartships between the port low and starboard high sea chests, the top and bottom are
the tank top and bottom shell plating respectively and the forward and aft bulkheads are on
frames 29 and 30.
The sea bay is therefore about 9,500mm P&S x 600mm F&A x 1,000mm in height.
Sea bay to be drained and cleaned for inspection by the Chief Engineer. .
Sea bay to be touched up with three coats of anti-corrosive primer to bare areas
and coated with two full coats of antifouling.
VERSION 1
16/03/16
64 of 131
NORTHERN LIGHTHOUSE BOARD
Allow for:(a) 2 x 15% x 80 DFT touch up anti-corrosive primer.
(b) 2 x full coats x 75 DFT antifouling.
Also, allow for scraping, cleaning, removal and disposal of sea growth, mud and waste
materials from sea bay, temporary lighting, gas freeing, ventilation, dryers and issuing a gas
free certificate. Removal of keel block for access to docking plug if necessary is allowed for in
DS01.
HR14
FORWARD BOW TUNNEL THRUSTER – BRUNVOLL
(Type: FU-37-LTC-1000 Serial No.: 5510)
YARD TO QUOTE
Tunnel thruster and associated equipment/systems to be removed from ship, checked and
serviced by specialist of Owner’s order.
Please quote hourly rates for the following: a) Fitters assistance for Owner’s specialist
b) Machine Shop assistance
c) Craneage
d) Electrician
Two in number intake grids to be removed (one from each side) to provide access for
cleaning, examination and painting. 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: (a)
(b)
(c)
(d)
(e)
3 x 15% x 80 DFT touch up anti-corrosive primer.
2 x full coats x 75 DFT antifouling.
1 x full coat x 100 DFT antifouling.
Staging for access and craneage if necessary.
Removal/Disposal of marine growth
Removal of keel blocks already allowed for in DS01.
Grid fastenings to be renewed and securely wired when refitted.
VERSION 1
16/03/16
65 of 131
NORTHERN LIGHTHOUSE BOARD
HR15
AFT BOW TUNNEL THRUSTER – BRUNVOLL
(Type: FU-37-LTC-1000 Serial No.: 5511)
YARD TO QUOTE
Tunnel thruster and associated equipment/systems to be removed from ship, checked and
serviced by specialist of Owner’s order.
Please quote hourly rates for the following: e) Fitters assistance for Owner’s specialist
f) Machine Shop assistance
g) Craneage
h) Electrician
Two in number intake grids to be removed (one from each side) to provide access for
cleaning, examination and painting. 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: (b)
(b)
(c)
(d)
(e)
3 x 15% x 80 DFT touch up anti-corrosive primer.
2 x full coats x 75 DFT antifouling.
1 x full coat x 100 DFT antifouling.
Staging for access and craneage if necessary.
Removal/Disposal of marine growth
Removal of keel blocks already allowed for in DS01.
Grid fastenings to be renewed and securely wired when refitted.
HR16
SACRIFICIAL ANODES
YARD TO QUOTE
NLB supply anodes to be fitted ( each bolted to 2 off M16 studs ) to bilge keels and hull and
sea bay, wasted anodes with brackets to be removed as directed.
Allow for forty four in number 9 kg anodes.
Allow for coating steel behind anode prior to fitting.
Allow for staging.
VERSION 1
16/03/16
66 of 131
NORTHERN LIGHTHOUSE BOARD
HR17
IMPRESSED CURRENT ANODES
YARD TO QUOTE
Five in number Cathelco sacrificial anodes to be renewed. Two in number in each Seabay
sea chest and one in Emergency fire pump sea chest. This will entail: For each anode disconnect 6 sq.mm double insulated cable on the engine room side and
remove gland from the top of the sleeve assembly which is welded into the sea chest.. On
the same side one full and one half brass nuts to be removed (M27 for Seabay sea chests’
and 3/4” for Emergency fire pump sea chest) to permit withdrawal of the anode from the
sleeve via the sea chest.
Replacement anodes to be offered up to the sleeve from the sea chest and secured with
the two brass nuts tightened to a torque of 70 LBS/FT (10 Kg/M).
Two seabay sea chests are to be fitted with one MG anode (copper) and one FE anode
(cast iron), both 120 mm dia. X 305 mm long while the Emergency fire pump sea chest to
be fitted with one MG anode (copper), 82.5 mm dia x 229 mm long.
Allow for removal of floor plates and guardrails in way for access.
Staging if required is allowed for in HR09 Sea Chests.
HR18
YARD TO QUOTE
ANCHORS AND CABLES, PORT AND STARBOARD
Port and starboard anchors to be lowered and eight lengths of cable from each side to be
ranged on dock bottom for inspection by Master and NLB representative.
(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.
VERSION 1
16/03/16
67 of 131
NORTHERN LIGHTHOUSE BOARD
HR19
CHAIN LOCKERS, PORT AND STARBOARD
YARD TO QUOTE
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 touched up with
one T/U coat of Primastic Universal Aluminium primer and one full coat of Primastic Grey 38
to 100 DFT. Floors to be refitted on completion.
Semi-rotary hand pump to prove. This to cover pump overhaul, clearing of suction pipe and
strum box, and function test.
Allow for staging, craneage, temporary lighting and disposal of all debris.
HR20
BALLAST TANKS
YARD TO QUOTE
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.
Allow for removal / refitting of docking plugs as required to drain the following tanks
and refilling to the pre-docking status:Tank
Fore Peak WB Tank
No.1 DB WB Tank
No.2 DB WB Port
No.2 DB WB Centre
No.2 DB WB Starboard
No.3 DB WB Port
No.3 DB WB Starboard
No.4 DB/Wing WB Port
No.4 DB/Wing WB Stbd
Heeling WB Port
Heeling WB Starboard
Capacity M3
EXPECTED STATUS
31.8
48.9
17.2
47.9
17.2
15.4
15.4
31.6
31.6
23.5
23.5
M/T
M/T
M/T
M/T
M/T
M/T
M/T
FULL
FULL
HALF FULL
HALF FULL
VERSION 1
16/03/16
68 of 131
NORTHERN LIGHTHOUSE BOARD
Remove manhole doors of all (10) water ballast tanks, ventilate, gas free and issue gas free
certificates. Clean the internals and tank coatings for inspection by NLB representative and
Lloyds Surveyor.
Allow for cleaning, disposal of mud, waste and cleaning materials from No 3 P&S, No4 P&S
and P&S Heeling tanks, gas freeing, ventilation, issuing gas free certificates, staging,
temporary lighting and the cost of fresh water for testing/refilling. Removal of keel blocks for
access to docking plugs if is allowed for in DS01.
Please quote individually for each size of tank
HR21
FRESH WATER TANKS (INCLUDING CARELA CLEAN)
YARD TO QUOTE
Remove manhole doors of two in number fresh water tanks, drain and clean for inspection
of internals and tank coatings by Chief Officer when dry. On completion of work, tanks to
be chemically treated, tested and refilled to the same sounding when entering dry dock.
Capacity M3
Tank
No.2 FW Tank Port
No.2 FW Tank Starboard
22.5
22.5
Allow for removal and disposal of slops, residues and cleaning materials, issuing gas free
certificates for tanks before entry and throughout the work period if necessary, temporary
lighting, staging, ventilation, driers, cost of fresh water and chemical treatment. Allow also
for bacteriological and hydrocarbon tests of the water contents upon completion.
YARD TO QUOTE
HR22 OIL FUEL TANKS
To allow inspection by Lloyds surveyor the following Oil Fuel Tanks are to be opened up
and cleaned. This will include.
1.
2.
3.
4.
Removing manhole covers, 2 in No fitted to D.B,s and 1in No fitted to Daily Service
and clean drain tank.
Carrying out all relevant safety precautions for entry into an enclosed space.
Tanks to be certified gas free.
Tanks to be cleaned and on completion, inspected by a representative of NLB and
Lloyds
VERSION 1
16/03/16
69 of 131
NORTHERN LIGHTHOUSE BOARD
5.
Manhole covers to be refitted with new gaskets.
Allow for the removal and disposal of slops, residues and cleaning materials, issuing gas
free certificates for the tanks before entry and throughout the work period as necessary,
temporary lighting, staging, ventilation dryers, engine room aluminium floor plate removal
and re-fitting.
TANKS
a)
b)
c)
d)
e)
f)
g)
h)
i)
j)
k)
Centre Double Bottom
No.1 DB Wing Tank Port
No.1 DB Wing Tank Stbd
No.2 DB Wing Tank Port
No.2 DB Wing Tank Stbd
Daily Service Port
Daily Service Stbd
Clean drain tank.
FO Overflow tank
Sludge tank
Bilge retention tank
CAPACITY (M3)
76.5
28.4
29.8
46.3
46.3
6.9
6.9
2.2
4.3
4.1
2.4
Please quote for each tank individually.
In addition to the foregoing, please quote a separate cost to transfer fuel ashore,
storage and transferring back to vessel on completion of the work.
The ship will endeavour to arrive at the yard with minimal fuel on board
Fuel used on board is Marine Gas Oil
HR23
HAWSE PIPES (2 OFF )
YARD TO QUOTE
If required, upper and lower throats to be built up by welding after anchor cables are lowered to
dock bottom.
Allow for staging and craneage.
HR24 PORT AQUAMASTER AZIMUTH THRUSTER
Aquamaster Type: - US 1401 / 2700
Ser No: - 61050
YARD TO QUOTE
Port Azimuth thruster to be examined and serviced as required by Maker’s Service
Engineer and surveyed by LR surveyor .
VERSION 1
16/03/16
70 of 131
NORTHERN LIGHTHOUSE BOARD
The Service Engineer’s work will be to:
a) Check that the adjustment of the hydraulic components corresponds to the
given values.
b) Check the fastenings of the pumps, motors, etc.
c) Check the installation of the flexible couplings.
d) Replace the filling plugs breathers
Please quote for the following.
e) Staging for external examination and survey
f) An hourly rate for the assistance of fitters
g) An hourly rate for machine shop assistance
h) An hourly rate for craneage
HR25 STBD AQUAMASTER THRUSTER
Aquamaster Type: - US 1401 / 2700 Ser No: - 61051
YARD TO QUOTE
Stbd Azimuth thruster to be examined and serviced as required by Maker’s Service
Engineer and surveyed by LR surveyor .
The Service Engineer’s work will be to:
i) Check that the adjustment of the hydraulic components corresponds to the
given values.
j) Check the fastenings of the pumps, motors, etc.
k) Check the installation of the flexible couplings.
l) Replace the filling plugs breathers
Please quote for the following.
m) Staging for external examination and survey
n) An hourly rate for the assistance of fitters
o) An hourly rate for machine shop assistance
p) An hourly rate for craneage
HR26
SEA INJECTIONS AND DISCHARGE VALVES
LR 1922
LLOYDS SURVEYOR
Nominated sea injection and discharge valves to be opened up for cleaning and inspection
by Chief Engineer and NLB representative.
YARD TO QUOTE
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
VERSION 1
16/03/16
71 of 131
NORTHERN LIGHTHOUSE BOARD
of SPC 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 INJECTIONS
a) Port Sea Suction
b) Port Sea Suction Weed Clearing
BORE (mm)
250
15
STBD INJECTIONS
a) Stbd Sea Suction
b) Stbd Sea Suction Weed Clearing
c) Emergency Fire Pump Suction
d) Emergency Fire Pp Sea Chest Weed Clearing
250
15
80
15
PORT DISCHARGES
a) Sea Water Cooling System Overboard
b) Fire/G.S./Ball. Overboard
c) Bilge/ballast Overbaord
200
100
80
STBD DISCHARGES
a) Oily Water Separator Overboard
HR27
50
YARD TO QUOTE
SEA BAY VALVES
Nominated sea bay valves to be opened up for overhaul 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 SPC 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 guardrails 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.
VERSION 1
16/03/16
72 of 131
NORTHERN LIGHTHOUSE BOARD
DESIGNATION
a) Port Sea Bay Inlet
b) Port Sea Bay Vent
c) No 1 Fire / General Service Pp Suction
d) Harbour Sea Water Pp Suction
e) No 2 Fire / Bilge / Ballast Pp Suction
f) Bilge / Ballast / General Service Pp Suction
g) No 1 Sea Water Pp Suction
h) No 2 Sea Water Pp Suction
i) Stbd Sea Bay Inlet
j) Stbd Sea Bay Vent
HR28
BORE (mm)
250
50
100
65
100
100
150
150
250
50
STORM VALVES
YARD TO QUOTE
Following storm valves to be opened up and overhauled. 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 NLB Representative
DESIGNATION
1. Galley Waste Disposal unit discharges overboard via a vertical Back Balanced
storm valve and a right angle geared storm valve. Both 65 NB
2. Grey Water emergency overboard, Back Balanced vertical storm valve 80 NB
3. Sewage Plant overboard, Geared Back Balanced vertical storm valve 50 NB.
Galley Waste disposal over board and Grey Water overboard are situated in the Port and Stbd
engine room coffer dams respectively
Allow for removing Port and Stbd Coffer dam manhole doors, venting and gas freeing Port and
Stbd coffer dams and replacing Port and Stbd manhole doors with new gaskets on completion.
HR29 NORLIFT CRANE SERVICE
Model GPTO 500 – 1220
Ser No: - 1867
OWNERS ORDER
Crane to be checked and serviced as required by specialist of Owners order.
303-3: - 4 Monthly

Take Oil Sample for analysis. Change oil If required.
303-4: - 6 Monthly
Check wire rope for wear
VERSION 1
16/03/16
73 of 131
NORTHERN LIGHTHOUSE BOARD
Check tightness of wire rope clamps on winch
Check for wear on wire rope sheaves
Check electric cables/plug sockets
Check motor starter/ lamps
Clean oil cooler radiator
303-5: - Yearly

Annual inspection carried out by Service Engineer
Check for cylinder hinge wear
Check jib hinge wear
Check for slewing ring wear
Check for slewing gear pinion wear. Adjust if necessary
Renew or top up hydraulic oil
Check freedom of movement of all operating levers
HR30 NORLIFT CRANE 5-YEARLY LOAD TEST
YARD TO QUOTE
Conduct 5 yearly load test of Main Deck crane in presence of Lloyds surveyor.
SWL of crane is 18 tonnes at minimum outreach, requires 22.5 tonnes to test (1.25 x SWL)
OWNER’S ORDER
HR31 EFFER CRANE
Model 12000 2S Ser No: - 102714
Stores crane to be checked and serviced as required by specialist of Owners Order.
302-2 : - 4 Monthly
Take Oil Sample for Analysis. Change oil if required.
302-3 : - 6 Monthly: - Page 15 Section 3B

Check the integrity of the external cylinder seals

Carry out a lifting test of the cranes max lifting power, to verify the crane lifting power

Verify the control valve bank integrity.

Move all cylinders in and out to ensure that no faults or noise occurs.

Visually check all welds for any defects
302-4 : - Yearly

Annual Inspection carried out by Service Agent.
VERSION 1
16/03/16
74 of 131
NORTHERN LIGHTHOUSE BOARD
HR32 EFFER CRANE 5-YEARLY LOAD TEST
YARD TO QUOTE
Conduct 5 yearly load test of Effer Deck crane in presence of Lloyds surveyor.
SWL of crane is 1080 at maximum outreach, requires 1180 to test (1.1 x SWL)
HR33 WINDLASS
Gemmil & Prout Type: - BSE 34
OWNER’S ORDER
Gear No: - GM109
Windlass to be checked and serviced as required by specialist of Owners Order.
301-3 : - Yearly
Carry out maintenance on Windlass control cabinet as detailed on page 5 of Brook Crompton
section of the Windlass manual under Detailed Check of Components.
301-4 : - Yearly
Carry out oil change on Gearbox as detailed on page 35 of brevini riduttori section of Windlass
manual.
HR34 AFT MOORING CAPSTAN
Gemmil & Prout Type: - DE 5000
Gear No: - GM110
Aft Mooring Capstan to checked and serviced by specialist of Owners Order. PM 308-1
refers
OWNER’S ORDER
HR35 HYDRAULIC CHAIN STOPPERS
Gemmil & Prout Gear No GM 111/2
OWNER’S ORDER
Port and Stbd Hydraulic Chain Stoppers to checked and serviced by specialist of Owners
Order. PM 304-2 / 305-2 refers.
HR36 HATCH COVER
SHIP STAFF
306-1: - Monthly
Hydraulic Equipment: - Check if cylinder rod seals are leaking
Polish the cylinder piston on its entire length with kerosene and spread a thin
layer of oil on it
Check pipelines for leakage.
Check condition of hydraulic hoses.
VERSION 1
16/03/16
75 of 131
NORTHERN LIGHTHOUSE BOARD
Carry out Greasing Schedule (Deck Handyman)
306-2: - 3 Monthly
Axles & pins: -Check condition of all locking plates, split pins, etc
Guide Wheels: - check that wheels are free to rotate at all times
Securing hooks and cleats: - Check that hooks are operating smoothly and
That the hook and engagement bars are not excessively worn
Check that quick acting cleats are operating smoothly and are not excessively
worn
Eyeplate: - Check that the emergency operation eyeplate rotates freely in it’s
housing
Rubber Packing: - Examine rubber seal condition, ensuring that no snags or
tears exist, and that it is firmly fixed into its holder.
When permanent set reaches half the design compression, Replace the seal.
306-3: - 1 Yearly
Repeat 306-1&2 as above, plus
Steel Structure: -Check entire Steel Structure for cracks.
Hinges: - Check condition of the main hinges and joint hinge assemblies
Grease Nipples: - Nipples should be screwed off and cleaned and checked
for correct operation.
Hand Pump: - Check correct operation of the Hand Pump.
306-4: - 2 Yearly
Change oil and oil filter.
306- 2268 : - Survey at Special Survey
VERSION 1
16/03/16
76 of 131
NORTHERN LIGHTHOUSE BOARD
OWNER’S ORDER
HR37 CHAIN WINCH
307-2: - Yearly
Inspection carried out by Service Agent, this to include: -
Mechanical Parts




Open Gearbox maintenance cover and check visually condition of bearings and
gears.
Note! Release motor brake in order to be able to turn gears by hand.
Multi disc slipping clutch, check and record adjustment distance “A”. Readjust if
necessary.
Visually check general condition of winch mechanical parts.
Dismantle and clean electric motor’s magnetic brake. Inspect parts for signs of
excessive wear. Assemble brake and check & adjust air gap if needed.
Note! Air Gap Min = 0.4mm, Max = 1.8mm

Change Gearbox lubrication oil

Lubricate all bearings and moving parts.
Hydraulic Unit

Ships Staff to take oil sample for analysis. Replace oil and oil filter if necessary.

Check and test oil level and high temp alarms.

Generally check hydraulic unit and piping for leaks.
Electric

Check watertightness of cable glands and connection box covers etc.

Check tightness of wire terminals and cable connectors.

Measure and record insulation resistance of motor. Verify working of space heaters in
motor, control column and starter cabinets.
Note! High voltage will destroy motor’s thermisters if applied.

Check condition of main contactors contact. Replace if excessive wear evident.

Replace PLC back-up battery.

Perform functional test.
VERSION 1
16/03/16
77 of 131
NORTHERN LIGHTHOUSE BOARD



Test emergency stop function from all control places. Replace nonworking signal
lamps etc. generally verify working of meters etc.
Connect portable controller and verify functions
Check calibration of load measuring system.
Note! Recommended to perform at least every second year.
HR38 PORT MOTORISED BOLLARD
SHIP STAFF
313-2: - Yearly

Winch gear oil to be changed in accordance with manufacturers instructions.

Drum bearings and shaft spline to be re-lubricated in accordance with manufacturers
instructions.
HR39 STBD MOTORISED BOLLARD
SHIP STAFF
314-2: - Yearly

Winch gear oil to be changed in accordance with manufacturers instructions.

Drum bearings and shaft spline to be re-lubricated in accordance with manufacturers
instructions.
VERSION 1
16/03/16
78 of 131
NORTHERN LIGHTHOUSE BOARD
SECTION 3
SAFETY EQUIPMENT, LIFTING GEAR & OTHER ANNUAL INSPECTIONS
VERSION 1
16/03/16
79 of 131
NORTHERN LIGHTHOUSE BOARD
REF.
SAFETY EQUIPMENT, LIFTING GEAR & OTHER ANNUAL INSPECTIONS.
PAGE
SE01
LSA EQUIPMENT
35
SE02
FIRE FIGHTING EQUIPMENT (PORTABLE EXTINGUISHERS)
35
SE03
FIRE FIGHTING EQUIPMENT (DETECTION SYSTEM)
35
SE04
FIRE FIGHTING EQUIPMENT (S.C.A.B.A.)
36
SE05
FIRE FIGHTING EQUIPMENT (FIXED CO2 SYSTEM)
36
SE06
FIRE FIGHTING EQUIPMENT (MINI CO2 SYSTEM)
36
SE07
B.A. COMPRESSOR
36
SE08
RADIO EQUIPMENT SURVEY
36
SE09
MEDICIAL LOCKER
37
SE10
37
LIFTING GEAR – ANNUAL INSPECTION
SE11
RESCUE BOAT DAVIT
37
SE12
RESCUE BOAT DAVIT 5-YEARLY LOAD TEST
37
SE13
RESCUE BOAT ENGINE
38
SE14
LLOYDS SURVEYOR
38
SE15
MCA SURVEYOR
38
SE16
CALIBRATED EQUIPMENT
38
VERSION 1
16/03/16
80 of 131
NORTHERN LIGHTHOUSE BOARD
SE01
LSA EQUIPMENT
OWNERS ORDER
LSA Equipment to be examined, serviced and re-certified by specialist of Owner’s order.
(a) 4 in number RFD 10 man liferafts. Serial Nos.2048800400303/20/22/24.
(b) 1 in number RFD 8 man liferaft. Serial No.2042500400330
(c) 1 in number RFD 6 man liferaft. Serial No. 4581700100064
(d) 1 in number ML Lifeguard IR455 rescue boat, Serial No.4903,
(e) 17 in number Crewsaver 275N lifejackets for the work boat.
(f) 19 in number Nautic immersion suits (3 yearly test).
(g) 6 in number C&C Crewsaver immerson suits
Please quote to crane ashore the liferafts and rescue boat and return on board upon completion.
YARD TO QUOTE
SE02
OWNERS ORDER
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.
43
extinguishers comprise:






9 x 5Kg CO2
7 x 9Ltr Water
12 x 9Ltr AFFF
1 x 45Ltr AFFF
9 x 4Kg Dry Powder
3 x 2Kg Dry Powder
1 x 2Kg CO2 Spare Pilot Cylinder For 45Ltr AFFF
YARD TO QUOTE
Please quote craneage rate to lift ashore and return on board if required.
SE03
FIRE FIGHTING EQUIPMENT (DETECTION SYSTEM)
OWNERS ORDER
Minerva Marine fire detection system with Thorn Security Controller Model T891 to be inspected and
tested by specialist of Owner’s order.
VERSION 1
16/03/16
81 of 131
NORTHERN LIGHTHOUSE BOARD
SE04
FIRE FIGHTING EQUIPMENT (S.C.A.B.A.)
OWNERS ORDER
Four in number Sabre Sigma open circuit Self Contained Air Breathing Apparatus sets and
associated equipment to be inspected by specialist of Owner’s order. This to include:(a) 4 in number S.C.A.B.A. sets, Serial Nos. A016246, A016254, A016366 and A016433
(b) 12 in number BA cylinders, Serial Nos. E18200, E18225, E18226, E18227, E18237, E18254,
E18267, E18270, E62026, E62043, E62153 and E62166.
(c) 4 in number Breathing Apparatus Harnesses made by Seco Safety Harness, Serial Nos.
65877,65878, 65879 and 65880.
(d) 4 in number Fire Suits, Ser. Nos. 000190, 000197, 000198 and 000200
(e) 5 in number Drager CF10 EEBDs
SE05
FIRE FIGHTING EQUIPMENT (FIXED CO2 SYSTEM)
OWNERS ORDER
Wormald CO2 system for Thruster Compartment, Azimuth Compartment, Engine Room and
Emergency Generator Room comprising nine 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.
YARD TO QUOTE
SE06
FIRE FIGHTING EQUIPMENT (MINI CO2 SYSTEM)
OWNERS ORDER
Wormald CO2 system installed in the Galley for the exhaust ducting and comprising one in number
5Kg cylinder to be inspected and serviced by specialist of Owner’s order.
SE07 B.A. COMPRESSOR
OWNERS ORDER
B.A. compressor to be inspected and serviced by specialist of Owner’s order.
Make - Hamworthy : Model – V5H – AL
Serial No. 84472
SE08
RADIO EQUIPMENT SURVEY
OWNERS ORDER
Annual Safety Radio Survey and Record of Equipment to be carried out by SELEX on behalf of
Lloyds
VERSION 1
16/03/16
82 of 131
NORTHERN LIGHTHOUSE BOARD
SE09
MEDICIAL LOCKER
OWNERS ORDER
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
SE10
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.
Gangway to be load tested in accordance with SOLAS Reg II-1/3-9..
This to include all equipment from deck and engine-room on board vessel.
YARD TO QUOTE
Please quote craneage rate to lift ashore and return on board if required.
SE11 RESCUE BOAT DAVIT
OWNERS ORDER
309-1: - 3 Monthly

All thread ends, required for adjustment must always be kept greased.

Change winch oil.

The rescue boat release hook must be checked for function and greased at regular intervals.
309-2: - Yearly

Check brake gear and control mechanism as per section 9.

The safety break linings should be checked for wear. Procedure is described in section 8.
SE12 RESCUE BOAT DAVIT 5-YEARLY LOAD TEST
SHIP STAFF
Conduct 5 yearly load test of Rescue Boat Davit in presence of MCA surveyor.
VERSION 1
16/03/16
83 of 131
NORTHERN LIGHTHOUSE BOARD
SE13 RESCUE BOAT ENGINE
OWNERS ORDER
310-2: - Yearly

Annual Service carried out by Service Engineer
Engine to be removed from Rescue Boat and serviced by Specialist of Owners Order.
SE14 LLOYDS SURVEYOR
OWNERS ORDER
SE15 MCA SURVEYOR
OWNERS ORDER
SE16 CALIBRATED EQUIPMENT
OWNERS ORDER
251-1: - Yearly
Re-calibrate all equipment listed in ISM Form POL 6.15 that is due for calibration
VERSION 1
16/03/16
84 of 131
NORTHERN LIGHTHOUSE BOARD
SECTION 4
BRIDGE MAINTENANCE, REPAIRS & ALTERATIONS
VERSION 1
16/03/16
85 of 131
NORTHERN LIGHTHOUSE BOARD
REF.
BRIDGE MAINTENANCE, REPAIRS & ALTERATIONS
PAGE
BR01
BRIDGE EQUIPMENT
41
BR02
MAGNETIC COMPASS
41
VERSION 1
16/03/16
86 of 131
NORTHERN LIGHTHOUSE BOARD
BR01
BRIDGE EQUIPMENT
OWNER’S ORDER
Bridge Equipment to be serviced by specialist of Owners Order.
BR02
MAGNETIC COMPASS
YARD TO QUOTE
Compass to be swung and adjusted as necessary on completion of
repairs.
VERSION 1
16/03/16
87 of 131
NORTHERN LIGHTHOUSE BOARD
SECTION 5
ENGINEERING MAINTENANCE, REPAIRS & ALTERATIONS
VERSION 1
16/03/16
88 of 131
NORTHERN LIGHTHOUSE BOARD
REF.
ENGINEERING MAINTENANCE, REPAIRS & ALTERATIONS
PAGE
ER01
PORT MAIN ENGINE
45
ER02
PORT MAIN ENGINE TURBOCHARGER
47
ER03
CENTRE MAIN ENGINE
47
ER04
CENTRE MAIN ENGINE SUMP
47
ER05
STARBOARD MAIN ENGINE
48
ER06
STARBOARD MAIN ENGINE TURBOCHARGER
49
ER07
PORT AZIMUTHING THRUSTER
49
ER08
STARBOARD AZIMUTHING THRUSTER
49
ER09
PORT DRIVE MOTOR FLEXIBLE COUPLING
50
ER10
FORWARD BOW THRUST & CPP SYSTEM
50
ER11
AFT BOW THRUST & CPP SYSTEM
52
ER12
HARBOUR GENERATOR
52
ER13
FORWARD STARTING AIR COMPRESSOR
52
ER14
AFT STARTING AIR COMPRESSOR
54
ER15
GENERAL SERVICE AIR COMPRESSOR
54
ER16
AUX. ENGINE FW COOLER STBD
54
ER17
BILGE BALLAST / GS PUMP
54
4
ER18
BALLAST PUMP
ER19
54
AUX ENGINE FW CIRCULATING OUTER PUMP
54
ER20
OILY WATER SEPARATOR
54
ER21
DOMESTIC WATER MODULE
55
ER22
SEWAGE TREATMENT PLANT
55
ER23
SEWAGE TREATMENT VACUUM PUMP
56
ER24
AIR CONDITIONING COMPRESSOR
56
ER25
AIR HANDLING UNIT
56
ER26
EMERGENCY GENERATOR
56
ER27
STARTING AIR PIPES
57
ER28
PUMPING ARRANGEMENTS (IN ENTIRETY)
57
VERSION 1
16/03/16
89 of 131
NORTHERN LIGHTHOUSE BOARD
ER01 PORT MAIN ENGINE (CUMMINS – WARTSILA CW8L 170 )
OWNERS ORDER
Eng No. 66300257
To be serviced by specialist of Owners Order :
101 –3: - 2000Hrs / Annually

Replace injector seals

Replace turbocharger filter screen according to type (see parts list)

Check Turbocharger end float (axial) and radial clearances

Inspect all flexible hoses for deterioration and clamps for security

Remove injectors, clean and check opening pressures in accordance with workshop manual

Confirm all emergency shut downs and alarms work correctly

Check tappets

Visually inspect engine/alternator flexible drive coupling.

Visually check engine/ alternator mounting bolts and flexible mounts for security and condition.

Clean crankcase breather and check condition of breather hoses.

Clean fuel pre filter
Replace HT & LT thermostatic valves
Conduct borescope inspection of all cylinders
Inspect fuel rack linkages
Check intercooler
Inspect exhaust system
OWNERS ORDER
ER02 PORT MAIN ENGINE TURBOCHARGER
Remove Turbocharger and transport to ABB for overhaul
ER03 CENTRE MAIN ENGINE (CUMMINS – WARTSILA CW8L 170 )
OWNERS ORDER
Eng No. 66300255
To be serviced by specialist of Owners Order :
102 –3: - 2000Hrs / Annually

Replace injector seals

Replace turbocharger filter screen according to type (see parts list)
VERSION 1
16/03/16
90 of 131
NORTHERN LIGHTHOUSE BOARD









Check Turbocharger end float (axial) and radial clearances
Inspect all flexible hoses for deterioration and clamps for security
Remove injectors, clean and check opening pressures in accordance with workshop manual
Confirm all emergency shut downs and alarms work correctly
Check tappets
Visually inspect engine/alternator flexible drive coupling.
Visually check engine/ alternator mounting bolts and flexible mounts for security and condition.
Clean crankcase breather and check condition of breather hoses.
Clean fuel pre filter
Replace HT & LT thermostatic valves
Conduct borescope inspection of all cylinders
Inspect exhaust system
ER04 CENTRE MAIN ENGINE SUMP
Raise engine to remove sump and either repair or replace.
VERSION 1
16/03/16
91 of 131
NORTHERN LIGHTHOUSE BOARD
ER05 STARBOARD MAIN ENGINE (CUMMINS – WARTSILA CW8L 170 )
OWNERS ORDER
Eng No. 66300256
To be serviced by specialist of Owners Order :
103 –3: - 2000Hrs / Annually

Replace injector seals

Replace turbocharger filter screen according to type (see parts list)

Check Turbocharger end float (axial) and radial clearances

Inspect all flexible hoses for deterioration and clamps for security

Remove injectors, clean and check opening pressures in accordance with workshop manual

Confirm all emergency shut downs and alarms work correctly

Check tappets

Visually inspect engine/alternator flexible drive coupling.

Visually check engine/ alternator mounting bolts and flexible mounts for security and condition.

Clean crankcase breather and check condition of breather hoses.

Clean fuel pre filter
Check engine mounts
Inspect exhaust system
OWNERS ORDER
ER06 STBD MAIN ENGINE TURBOCHARGER
Remove Turbocharger and transport to ABB for overhaul
ER07 PORT AZIMUTHING THRUSTER
OWNERS ORDER
To be serviced by specialist of Owners Order :
104-1: - 3 Monthly
Take gearbox lub oil sample for analysis. Change oil if necessary. Oil filters are changed when changing oil.
Yearly (September) – Take hydraulic oil sample for analysis
104-2: - 2 Yearly
Check that the adjustments of the hydraulic components corresponds to the given values
Check the fastenings of the pumps, motors, etc.
Check the installation of the flexible couplings
VERSION 1
16/03/16
92 of 131
NORTHERN LIGHTHOUSE BOARD
Replace the filling plugs/ breathers.
104 -3: - 4 Yearly(Dry Dock)
Check the seals of the propeller shaft, the seals of the steering tube and those of the input shaft
Check the condition of the gears through the inspection hatches
Paint the underwater parts according to the treatment instructions
Replace the zinc anodes
VERSION 1
16/03/16
93 of 131
NORTHERN LIGHTHOUSE BOARD
OWNERS ORDER
ER08 STBD AZIMUTHING THRUSTER
To be serviced by specialist of Owners Order :
105-1: - 3 Monthly
Take gearbox lub oil sample for analysis. Change oil if necessary. Oil filters are changed when changing oil.
Yearly (September) – Take hydraulic oil sample for analysis
105-2: - 2 Yearly
Check that the adjustments of the hydraulic components corresponds to the given values
Check the fastenings of the pumps, motors, etc.
Check the installation of the flexible couplings
Replace the filling plugs/ breathers.
105 -3: - 4 Yearly(Dry Dock)
Check the seals of the propeller shaft, the seals of the steering tube and those of the input shaft
Check the condition of the gears through the inspection hatches
Paint the underwater parts according to the treatment instructions
Replace the zinc anodes
SURVEYOR & SHIP STAFF
ER09 PORT DRIVE MOTOR FLEXIBLE COUPLING
Survey by Lloyds. Replace if necessary.
LR 0908
LLOYDS SURVEYOR
ER10 FWD BOW THRUST & CPP SYSTEM
Brunvoll FU-37-LTC-1000 thruster to be removed from ship and overhauled by specialist of Owners Order :
New seals, etc to be fitted
OWNERS ORDER
108- 1915 - Survey

Examination of CP Propeller and associated mechanisms
VERSION 1
16/03/16
94 of 131
NORTHERN LIGHTHOUSE BOARD
OWNERS ORDER
ER11 AFT BOW THRUST & CPP SYSTEM
Brunvoll FU-37-LTC-1000 thruster to be removed from ship and overhauled by specialist of Owners Order :
New seals, etc to be fitted
109- 1915 - Survey

Examination of CP Propeller and associated mechanisms
LR 1739
LLOYDS SURVEYOR
ER12 HARBOUR GENERATOR
To be overhauled by specialist of Owners Order :
201-1: - 250 Hours
Change Lub Oil
Change Oil filter
Check Coolant
Lubricate Starter motor oil pot
Check/change air filter
Take lub oil sample prior to change
Change Governor Oil (Seamax Superplus)
OWNERS ORDER
201-2: - 1000 Hours
Change fuel oil filter
Carry out 250 Hour service
201-3: - 1500 Hours
Adjust Tappets
Grease water LT pump bearings (sparingly)
Carry out 250 Hour service
201-4: - 6000/Yearly

Calibrate fuel pump and injectors

Inspect: Vibration Damper
Fan Hub
Idler Pulley Assembly
VERSION 1
16/03/16
95 of 131
NORTHERN LIGHTHOUSE BOARD

Provide and fit service exchange: Turbo charger
Water Pump


Clean and flush cooling system and change water filter
Check crankshaft end clearance
5 Yearly for survey
VERSION 1
16/03/16
96 of 131
NORTHERN LIGHTHOUSE BOARD
SHIP STAFF
ER13 FWD STARTING AIR COMPRESSOR
208(09) - 1: - Annual
Change Lubricating Oil
Remove the Valves from both cylinders, dismantle and clean for full inspection or replacement as necessary
Inspect the flexible coupling between motor and compressor
Check bed bolts. Also check vibration dampers and flexible hoses.
Function test the safety valve
Check all pipe connections
Check that all automatic equipment is functioning
Clean air filter
Check all nuts and bolts for tightness
Clean cooling fins and dismantle cooler tubes and clean internally as described on page 13 book 8.
SHIP STAFF
ER14 AFT STARTING AIR COMPRESSOR
208(09) - 1: - Annual
Change Lubricating Oil
Remove the Valves from both cylinders, dismantle and clean for full inspection or replacement as necessary
Inspect the flexible coupling between motor and compressor
Check bed bolts. Also check vibration dampers and flexible hoses.
Function test the safety valve
Check all pipe connections
Check that all automatic equipment is functioning
Clean air filter
Check all nuts and bolts for tightness
Clean cooling fins and dismantle cooler tubes and clean internally as described on page 13 book 8.
OWNERS ORDER
ER15 GENERAL SERVICE AIR COMPRESSOR
210-1539 -5 Yearly for Survey
To be overhauled by specialist of Owners Order :
210 -1: - 6 Monthly (Minor Service)

Check operation of blowdown system
VERSION 1
16/03/16
97 of 131
NORTHERN LIGHTHOUSE BOARD








Check connections and condition of electrical wiring
Check operation of scavenge solenoid valve and timer
Check connections and condition of starter contactors
Check oil cooler and aftercooler externally
Check condition of drive belts
Renew oil filter
Renew air filter
Clean/replace unloader solenoid valve gauze filter
210–2: - Annual (Interim Service)

Carry out Minor Service

Change lubricating oil

Renew separator element
VERSION 1
16/03/16
98 of 131
NORTHERN LIGHTHOUSE BOARD
LR 1591
LLOYDS SURVEYOR
ER16 AUX. ENGINE FW COOLER STBD
5 Yearly for Survey
LR 1634
LLOYDS SURVEYOR
ER17 BILGE BALLAST / GS PUMP
5 Yearly for Survey
LR 1641
LLOYDS SURVEYOR
ER18 BALLAST PUMP
5 Yearly for Survey
LR 1708
LLOYDS SURVEYOR
ER19 AUX. ENGINE F.W. CIRCULATING OUTER PUMP
5 Yearly for Survey
YARD TO QUOTE
ER20 OILY WATER SEPARATOR
Make: Facet
Type: CPS 5BV MOD1
227-1: - 3 Monthly
Unit should be drained to remove solids built up.
227-2: - 2 Yearly at Dry Dock
Separator tank and plates to be cleaned.
Allow for cleaning and removal of contents and cleaning materials.
ER21
YARD TO QUOTE
DOMESTIC WATER MODULE
Make: Coldharbour Marine Type :M32C5229H
Serial No. 98052
Domestic Water Module Calorifier to be opened up and cleaned. This will involve: (a) Draining calorifier
(b) Removing side handhole door
(c) Cleaning inside of calorifier
(d) Replacing handhole door with new gasket
Allow for removing and disposing of all cleaning materials.
VERSION 1
16/03/16
99 of 131
NORTHERN LIGHTHOUSE BOARD
OWNERS ORDER
ER22 SEWAGE TREATMENT PLANT
To be overhauled by specialist of Owners Order :
401-1: - Monthly

Remove and clean Air Ejector check valve

Backflush lifter pipes

Remove and clean Chlorinating tank

Wash out final stage while chlorinating tank is removed
401-2: -6 Monthly

Examine inlet and outlet filter cartridges fitted to the aeration compressor and replace if dirty. Check the
function of the non-return valve fitted in the air line.
401-3: - Annually

Annual Inspection carried out by Service Engineer

Drain and clean all compartments of the unit and inspect and repair any damaged coating.

Inspect the discharge pumps and air blowers for wear. Replace aerator air diffuser elements.
Discharge pump valves to be checked clear and operable and discharge pump valve stub pipes to be re-welded
in place.
Fit incoming isolating valve to sewage vacuum tank to enable isolation for easier start up so we do not have to
shut down the three systems and open gradually.
OWNERS ORDER
ER23 SEWAGE TREATMENT VACUUM PUMP
402-1: - Yearly
Annual inspection during Service Engineers Visit
OWNERS ORDER
ER24 AIR CONDITIONING COMPRESSOR
412-1: - Monthly

Run Compressor for 1 hour if not used in previous month.

Check refrigerant system for leaks

Check operating pressures on refrigeration machines
VERSION 1
16/03/16
100 of 131
NORTHERN LIGHTHOUSE BOARD
412-2: - Yearly
 Inspect tubes in condensers and clean as necessary
 Check starting equipment
 Thoroughly check over all the refrigeration equipment
 Under highly corrosive conditions clean and re-paint any rusted parts with rust preventative paint for
protection
 Check effective operation of all control switches
OWNERS ORDER
ER25 AIR HANDLING UNIT
413-1: - 3 Monthly

Clean or replace intake filters as required
413-2: - 6 Monthly

Check V-belt tension and replace when belts show signs of wear
413-3: - Yearly

Clean and lubricate dampers

Check and clean coils, as necessary

Check and clean impeller as necessary.
ER26 EMERGENCY GENERATOR
SHIP STAFF
ANNUAL CHECKS
Carry out the following:
1. Check coolant heaters
2. Check drive belt tension
3. Check turbocharger clearance
4. Check tappets
5. Take lub oil sample for analysis
6. Change lub oil and filter if oil sample analysis recommends change
7. Change Fuel filter
ER27 STARTING AIR PIPES
LR 1577
LLOYDS SURVEYOR
5 Yearly for survey
VERSION 1
16/03/16
101 of 131
NORTHERN LIGHTHOUSE BOARD
LR 1458
LLOYDS SURVEYOR
ER28 PUMPING ARRANGEMENTS (IN ENTIRETY)
5 Yearly for Survey
VERSION 1
16/03/16
102 of 131
NORTHERN LIGHTHOUSE BOARD
SECTION 6
ELECTRICAL MAINTENANCE, REPAIRS & ALTERATIONS
VERSION 1
16/03/16
103 of 131
NORTHERN LIGHTHOUSE BOARD
REF.
ELECTRICAL MAINTENANCE, REPAIRS & ALTERATIONS
EL01 PORT PROPULSION GENERATOR, GOVERNORS &
ANCILLARY EQUIPMENT.
EL02 STBD PROPULSION GENERATOR, GOVERNORS &
ANCILLARY EQUIPMENT.
EL03 PORT PROPULSION MOTOR & ANCILLARY EQUIPMENT.
EL04 PROPULSION SWITCHBOARD, PROTECTIVE DEVISES AND
FITTINGS.
EL05 PORT MOTOR BEARINGS
EL06 STBD MOTOR BEARINGS
EL07 PORT PROPULSION MOTOR CONTROL GEAR
EL08 STBD PROPULSION MOTOR CONTROL GEAR
EL09 PORT CONVERTERS
EL10 STBD CONVERTERS
EL11 TRANSFORMERS
EL12 INSULATING FLUID TESTS
EL13 CABLES
EL14 INSULATION RESISTANCE
EL15 OVERSPEED GOVERNORS
EL16 MOTOR AIR COOLERS
EL17 HOLDING DOWN BOLTS & CHOCKS
EL18 PROPULSION SYSTEM TRIAL
PAGE
LR 1227
LLOYDS SURVEYOR
LR 1241
LLOYDS SURVEYOR
LR 1258
LLOYDS SURVEYOR
LR 1272
LLOYDS SURVEYOR
LR 1289
LLOYDS SURVEYOR
LR1296
LLOYDS SURVEYOR
LR 1308
LLOYDS SURVEYOR
LR 1315
LLOYDS SURVEYOR
LR 1322
LLOYDS SURVEYOR
LR 1339
LLOYDS SURVEYOR
LR 1346
LLOYDS SURVEYOR
LR 1353
LLOYDS SURVEYOR
LR 1360
LLOYDS SURVEYOR
LR 1377
LLOYDS SURVEYOR
LR 1384
LLOYDS SURVEYOR
LR 1391
LLOYDS SURVEYOR
LR 1403
LLOYDS SURVEYOR
LR 1410
LLOYDS SURVEYOR
VERSION 1
16/03/16
104 of 131
NORTHERN LIGHTHOUSE BOARD
EL19 HARBOUR AUXILIARY GENERAROR GOVERNOR &
ANCILIARY EQUIPMENT
EL20 MOTORS
EL21 ESSENTIAL SERVICES SECTION BOARDS PROTECTIVE
DEVICES & FITTINGS
EL22 MAIN LIGHTING SECTION BOARDS< PROTECTIVE DEVICES
& FITTINGS
EL23 SECTION & DISTRIBUTION BOARDS
EL24 POWER DISTRIBUTION TRANSFORMERS
EL25 LIGHTING DISTRIBUTION TRANSFORMERS
EL26 CABLES
EL27 INSULATION RESISTANCE
EL28
EQUIPMENT WHERE FLAMMABLE GASES OR DUST
OCCURS
EL29 NAVIGATION LIGHTS INDICATORS & SYSTEMS
EL30 CONTROL ENGINEERING SYSTEMS (IN ENTIRETY)
LR 1760
LLOYDS SURVEYOR
LR 1777
LLOYDS SURVEYOR
LR 1791
LLOYDS SURVEYOR
LR 1803
LLOYDS SURVEYOR
LR 1810
LLOYDS SURVEYOR
LR 1827
LLOYDS SURVEYOR
LR 1834
LLOYDS SURVEYOR
LR 1865
LLOYDS SURVEYOR
LR 1872
LLOYDS SURVEYOR
LR 1889
LLOYDS SURVEYOR
LR 1896
LR 1977
LLOYDS SURVEYOR
VERSION 1
16/03/16
105 of 131
NORTHERN LIGHTHOUSE BOARD
SECTION 7
ACCOMMODATION MAINTENANCE, REPAIRS & ALTERATIONS
VERSION 1
16/03/16
106 of 131
NORTHERN LIGHTHOUSE BOARD
REF.
AC01
ACCOMMODATION MAINTENANCE, REPAIRS & ALTERATIONS.
PAGE
68
GALLEY EQUIPMENT CHECKS
VERSION 1
16/03/16
107 of 131
NORTHERN LIGHTHOUSE BOARD
AC01 GALLEY EQUIPMENT CHECKS
OWNERS ORDER
To be checked by specialist of Owners order :
Vegetable Peeler
405-1: - Yearly

Carry out maintenance as detailed on page 6 of Vegetable Peeler section of book 36

Annual electrical Inspection by Catering Equipment service engineer
Galley Range
406-1: - Yearly

Annual electrical inspection by Catering Equipment service engineer
Galley Hot Press
407-1: - Yearly

Annual electrical inspection by Catering Equipment service engineer

Investigate reason for continual failure of hot press elements.
Galley Microwave
408-1: - Yearly

Annual electrical inspection by Catering Equipment service engineer
Galley Dishwasher
409-1: - Yearly

Annual electrical inspection by Catering Equipment service engineer
Deep Fat Fryers
410-1 : - Yearly

Carry out routine maintenance as detailed on page 18 in Deep Fat Fryer manual in Book 18.

Annual electrical inspection by Catering Equipment Service Engineer
Galley Waste Disposal Unit
411-1: - Yearly

Annual electrical inspection by Catering Equipment service engineer
VERSION 1
16/03/16
108 of 131
NORTHERN LIGHTHOUSE BOARD
SECTION 8
UPGRADE FOR NOISE REDUCTION
VERSION 1
16/03/16
109 of 131
NORTHERN LIGHTHOUSE BOARD
REF.
UPGRADE FOR NOISE REDUCTION
PAGE
UP01
BOW THRUST COMPARTMENT
68
UP02
MAIN AND LOWER FOCSLE DECK ALTERATIONS
68
UP03
STABILITY TEST
69
UP04
SURVEY FEES
69
VERSION 1
16/03/16
110 of 131
NORTHERN LIGHTHOUSE BOARD
The following alterations and improvements are aimed at reducing noise in the crew quarters and improving the operational efficiency of the
vessel.
The outline work specifications and drawings have been produced by Naval Architects, Macduff Ship Design who will also be arranging plan
approval.
It would be beneficial to the NLB that these alterations take place at the same time as this year’s Dry Dock, hence the requirement to tender for the
work at this time.
It is fully understood that the interested dock yards will need to carry out a ship visit prior to full evaluation.
UP01 BOW THRUST COMPARTMENT
YARD TO QUOTE
Carry out steelwork alterations in the bow thruster compartment as specified in drawings and
documentation supplied by Macduff Ship Design.
Briefly, the work-scope involves;



Removing most of the internal sides of the Port and Starboard No.1 FW Wing Tanks, capping off
the lower metre high section and filling this enclosure with dry sand. Approximate size of each
aperture is 4000mm long x 2500mm high. (These tanks are never used)
Fixing an acoustic deadening material to the newly exposed internal surfaces of the above
tanks.
Introduce a dividing watertight bulkead athwartships in the No. 1 DB Water Ballast tank (This DB
is never used)
UP02 MAIN & LOWER FOCSLE DECK ALTERATIONS
YARD TO QUOTE
Carry out accommodation alterations as specified in drawings and documentation supplied by Macduff
Ship Design.
Briefly, the work-scope involves;



Convert 2 off supernumerary cabins into 3 off single seaman cabins on the Lower Focsle Deck.
Convert ship’s office and medical locker into 1 off single seaman’s cabin on the Lower Focsle
Deck.
Convert 4 off single seamen’s cabins on the Main Deck into 1off 2 berth supernumery cabin, 1
off 4 berth supernumery cabin, 1 off ship’s office and medical locker and 1 off gymnasium.
VERSION 1
16/03/16
111 of 131
NORTHERN LIGHTHOUSE BOARD
UP03 STABILITY TEST


YARD TO QUOTE
Vessel to be inclined and Stability Test carried out.
The Contractor is to arrange with a Specialist if required, to prepare and conduct a stability
test.
The Contractor is to provide assistance in preparation for and during the Stability Test and this will
include the following as a minimum.
a)
b)
c)
d)
e)
f)
Provision of suitable berth.
Provision of 8 tonnes test weights (4 x 2 tonnes).
Provision and setting up of pendulum weights.
Labour to prepare the vessel for test.
Labour to assist during Stability Test.
Cranage.
YARD TO QUOTE
UP04 SURVEY FEES
All necessary survey fees for on-site surveillance and certification of structural modifications,
accommodation upgrades and stability test for MCA and Lloyd's Register are to be included in the
quotation.
VERSION 1
16/03/16
112 of 131
NORTHERN LIGHTHOUSE BOARD
No.1 FW Wing Tank Starboard.
No.1 FW Wing Tank Port.
Bow Thrust Control Cabinets on Port Side.
Current single berth seaman’s cabin, all cabins are en suite with toilet, shower and wash basin.
VERSION 1
16/03/16
113 of 131
NORTHERN LIGHTHOUSE BOARD
Current 2 berth (one is a Pullman) supernumerary cabin and toilet.
VERSION 1
16/03/16
114 of 131
NORTHERN LIGHTHOUSE BOARD
NLV “POLE STAR”
Outline Specification of Works
for
Phase 2 Limited Upgrade
Ref: 2615-0210
May 2010
VERSION 1
16/03/16
115 of 131
NORTHERN LIGHTHOUSE BOARD
1
2
3
4
5
Background
Bow Thruster Room
Main Deck Accommodation
Lower Fo’c’s’le Deck Accommodation
General
VERSION 1
16/03/16
116 of 131
NORTHERN LIGHTHOUSE BOARD
1 Background
Following Stage 1 Feasibility Study on the potential upgrade of NLV “Pole Star” produced in
June 2008 , the GLA Fleet Review supported a modest upgrade to the vessel
This will involve remedial work to reduce noise levels in the accommodation associated with
the operation of the Bow Thrusters, including structural modifications and revised
accommodation
NLB outline scope for the investigation were as follows:·
Replace forward internal raked ladder between the Main and Lower Fo’c’s’le Decks
with a vertical escape ladder.
·
Replace Crew Cabins on Main Deck with an Exercise Room, Laundry and Officer’s
Lounge
·
Re-arrange the accommodation in the forward area of the Lower Fo’c’s’le Deck to
include additional Crew Cabins, smaller Supernumerary Cabins and removal of the laundry
·
Arrange a Supernumerary Cabin on Upper Fo’c’s’le Deck
·
Consider forward Fresh Water wing tanks which are unused being filled with sound
deadening material.
Following discussions between NLB and Macduff Ship Design, a revised Accommodation
Plan on Main and Lower Fo’c’s’le Decks was agreed which addressed the points above but
with less overall disruption to the overall arrangement with the Officer’s Lounge, Electrical
Room and Laundry being left unaltered and the forward stairwell between Main and Lower
Fo’c’s’le Decks being retained with an additional door at Main Deck level to the new
Gymnasium
See attached drawings detailing the modifications:Drg. No. 1
Drg. No. 2
Drg. No. 3A
General Arrangement
Revised Accommodation Plan (2 sheets)
Structural Modifications IWO Bow Thrusters
Guidance sketches giving Deck Covering Details in the areas of modification
Also attached are part copies of the original Accommodation Plan with the basic areas where
modifications to the accommodation highlighted
VERSION 1
16/03/16
117 of 131
NORTHERN LIGHTHOUSE BOARD
2 Bow Thruster Room
The modifications basically revolve around the disconnection of structure attached to the bow
thrusters from the Main Deck and the elimination of void spaces surrounding the bow
thrusters in order to limit structure borne noise being transmitted to the accommodation
spaces above.
The spaces affected are the No1 Fresh Water wing tank P&S and the No1 DB Water Ballast
tank which are all unused at present due to trim considerations
Fresh Water Wing Tanks
These tanks currently run from Frs 57-69 with the section Frs 62-69 directly bounding the
Bow Thruster compartment with a cranked longitudinal bulkhead to which the thruster tubes
are directly connected
The majority of this cranked bulkhead is to be cut out as shown on Drg. No. 3A, Structural
Modifications IWO Bow Thrusters
The top is to be cut 600mm below the Main Dk and fitted with a 220 x 10.0 FB face plate to
form a girder which will continue to support adjacent deck beams. The bulkhead stiffeners are
to be cut and welded directly to the new face plate
The bottom is to be cut approx 1000mm above the inboard tank top, just above the top of the
lower wing tank brackets. The space outboard is to be fitted with a closing plate forming a
lower compartment enclosing the ends of the thruster tubes. This space is to be completely
filled with dry sand and sealed
The forward end of the cranked bulkhead is to be trimmed 200mm clear of the collision
bulkhead Fr 69 forming a bulkhead stiffener
The side shell in way of the revised wing arrangement is to be fitted with noise damping
between frames. This consists of 2mm of damping paste overlaid with 2mm perforated steel
plates (max. 10% perforation). The damping paste is to cover the entire shell between frames
from Fr 62-69 and from Main Dk down to the top of the new closing plate. The overlaid
perforated plates should cover 80% of the area without touching any of the surrounding
structure. Suggested damping paste is ANR PU-D30 or Swedac DGU6
DB Water Ballast tank
This tank currently runs from Frs 57-69 with the section between Frs 62-69 directly bounding
the Bow Thruster compartment as the tank top
The tank is to be divided at Fr 62 with the forward part remaining as Water Ballast and the aft
part being void
The double bottom floor at Fr 62 is to be made tight with lightening holes being plated in and
suitable WT collars being fitted to all notches and mouseholes
Suitable manhole access is to be provided to the after part of the new WB tank, either through
the tank top between Fr 62 and the aft thruster tube or through the modified DB floor Fr 62 via
the void space
WB piping and tank ventilation arrangements are to be modified to suit the new arrangements
VERSION 1
16/03/16
118 of 131
NORTHERN LIGHTHOUSE BOARD
3 Main Deck Accommodation
The changes on this deck are restricted to the starboard side with the three single Crew
cabins forward being revised to include a Ship’s Office, Dispensary and 4 Man
Supernumerary Cabin. The Cooks Cabin aft is to be converted to a double cabin for
Supernumeraries
Cooks Cabin (Aft)
The basic cabin is to remain as is except for the addition of a Pullman type berth over the
existing settee on the aft bulkhead and a second wardrobe, recessed into the revised cabin
arrangement immediately forward
2 x 1 Man Cabins (Middle)
These two cabins are to be completely revised to form a 4 Man Supernumerary cabin and
Ship’s Office and Dispensary
The two lockers opening onto the centreline passage and the aft cabin toilet space are to be
removed with the space being incorporated into the Ships Office and Dispensary. The forward
cabin toilet is to be retained for the new Supernumerary cabin
The Ship’s Office is generally to be fitted out with the equipment removed from the previous
location on the Lower Fo’c’s’le Dk where possible including computer and PA racks, desk,
filing cabinet and cupboard
The Dispensary is to be arranged with a medical locker to suit and is to be equipped with
fittings from the previous location on the Lower Fo’c’s’le Dk
The cabin is to be fitted out with 2 standard bunks with drawers under, 2 pullman type berths,
4 wardrobes, settee, coffee table and chairs and a locker
1 Man Cabin (For’d)
This cabin is to be completely stripped out, reduced in size and is to become the Gymnasium
A new access door is to be arranged from the forward landing of the existing stairwell and the
VERSION 1
16/03/16
119 of 131
NORTHERN LIGHTHOUSE BOARD
4 Lower Fo’c’s’le Deck Accommodation
The changes on this deck are in two areas - forward port and aft starboard
The forward area involves the complete revision of the 2 x 4 Man Supernumerary Cabins into
3 x 1 Man Crew Cabins with private facilities
The aft area involves the conversion of the Ships Office and Dispensary into a 1 Man Crew
Cabin with private facilities
4 Man Supernumerary Cabins
These two cabins are to be completely revised into 3 x 1 Man Crew Cabins with private
facilities
All three cabins are to be of equal size and each is to be fitted out with a single berth with
drawer and locker under, built-in settee with storage space under, wardrobe, writing desk and
chair
Associated toilet spaces is to be arranged with WC, shower tray and closure and wash hand
basin
The middle cabin is to be fitted with a window removed from the old Ship’s Office
Ship’s Office and Dispensary
This space is to be revised into a 1 Man Crew Cabin with private facilities
It is to be fitted out with a single berth with drawer and locker under, built-in settee with
storage space under, wardrobe, writing desk and chair
The toilet space is to be arranged with WC, shower tray and closure and wash hand basin
The forward side window is to be removed and re-fitted in the middle of the three new Crew
Cabins forward
5 General
Where possible, all existing items from the previous cabin arrangement are to be re-used
including lighting, heating, toilet and ventilation equipment and fittings
The Contractor is to provide and install any new materials, fittings and equipment required to
complete the works
All floor coverings are to be made good to the same standard as existing. See attached
guidance sketches
New furniture, fittings and fixtures are where possible to be of matching standard and
appearance
VERSION 1
16/03/16
120 of 131
NORTHERN LIGHTHOUSE BOARD
VERSION 1
16/03/16
121 of 131
NORTHERN LIGHTHOUSE BOARD
VERSION 1
16/03/16
122 of 131
NORTHERN LIGHTHOUSE BOARD
VERSION 1
16/03/16
123 of 131
NORTHERN LIGHTHOUSE BOARD
VERSION 1
16/03/16
124 of 131
NORTHERN LIGHTHOUSE BOARD
VERSION 1
16/03/16
125 of 131
NORTHERN LIGHTHOUSE BOARD
VERSION 1
16/03/16
126 of 131
NORTHERN LIGHTHOUSE BOARD
VERSION 1
16/03/16
127 of 131
NORTHERN LIGHTHOUSE BOARD
VERSION 1
16/03/16
128 of 131
NORTHERN LIGHTHOUSE BOARD
VERSION 1
16/03/16
129 of 131
NORTHERN LIGHTHOUSE BOARD
VERSION 1
16/03/16
130 of 131
NORTHERN LIGHTHOUSE BOARD
VERSION 1
16/03/16
131 of 131
Download