Opportunity

3rd Party Labour

  • Peel Ports Investments Limited

F05: Contract notice – utilities

Notice reference: 2024/S 000-001176

Published 12 January 2024, 5:19pm



Section one: Contracting entity

one.1) Name and addresses

Peel Ports Investments Limited

Maritime Centre

Liverpool

L21 1LA

Contact

Michelle Nesbit

Email

michelle.nesbit@peelports.com

Telephone

+44 1519496736

Country

United Kingdom

NUTS code

UKD7 - Merseyside

National registration number

5433920

Internet address(es)

Main address

https://www.peelports.com

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/91299

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=77028&B=PEELPORTS

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=77028&B=PEELPORTS

Tenders or requests to participate must be submitted to the above-mentioned address

one.6) Main activity

Port-related activities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

3rd Party Labour

Reference number

PPIL/F0137/

two.1.2) Main CPV code

  • 79620000 - Supply services of personnel including temporary staff

two.1.3) Type of contract

Services

two.1.4) Short description

Peel Ports owns and operates six of the UK’s most important ports (Port of Liverpool, Heysham Port, Manchester Ship Canal, Medway (Sheerness / Chatham), Clydeport (Greenock, Hunterston, Ardrossan) and Great Yarmouth). It also operates a container terminal in Dublin.

At Peel Ports we’re more than just a series of ports, we are an integral part of our customer’s supply chain. We want the network that serves our customers to be efficient, cost-effective, sustainable and problem-free.

In order to meet our customers' expectations, we are looking to establish a lasting relationship with one or more contract labour service partners to enable us to help us in delivering and improving our vital services flexibly in the years to come.

two.1.5) Estimated total value

Value excluding VAT: £47,200,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 - Mersey

Lot No

1

two.2.2) Additional CPV code(s)

  • 79620000 - Supply services of personnel including temporary staff

two.2.3) Place of performance

NUTS codes
  • UKD7 - Merseyside
Main site or place of performance

Port of Liverpool

two.2.4) Description of the procurement

The core requirement of this procurement is to put in place a framework for the delivery of third party labour services. A range of roles are required and whilst there are some common roles across the Peel Ports business, there are also differences on a location by location basis. The roles to be provided are as follows

Supervisor

Crane Operator/Driver

Deck hand

Delivery - Forklift Truck (28t)

Payloader operator

Weighbridge Operator

Excavator Operator

Control Room Operator

Labourer

Delivery - Checker

Cargo Administrator

Vessel - Forklift Truck

Laydown

Gantry

Vessel - Hold

Quay/Choc/Cleaner

Tug Driver

Admin/Weighbridge Operator

BMH

Bobcat/Skidsteer

Operational Cleaner

Excavator

Hopper

Labourer

Payloader

RTITB Trainer

Traffic Marshall

The provider of the labour services must give due consideration to the following factors;

- AWR (Agency Workers Regulations)

- Training and Competency

- Communication

- Compliance with the Working Time Directive

- Regular Contract Review

- >95% Fulfilment Rate

- Labour pool size visibility

- Medical

o Lung function tests

o Drug and alcohol testing

o Return to Work process

- Multi Skilled Operatives

- Back office support

o Out of hours cover

o HR Management

o Performance Reporting

o Account Management

- PPE and RPE (Respiratory) provision

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £30,400,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4

Objective criteria for choosing the limited number of candidates:

The four highest scoring applicants for this lot who meet the minimum criteria set will progress to ITN stage.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for an initial fixed term of four years with options to extend by a further four years in one year increments.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 2a Medway General

Lot No

2

two.2.2) Additional CPV code(s)

  • 79620000 - Supply services of personnel including temporary staff

two.2.3) Place of performance

NUTS codes
  • UKJ41 - Medway
Main site or place of performance

Port of Sheerness

two.2.4) Description of the procurement

The core requirement of this procurement is to put in place a framework for the delivery of third party labour services. A range of roles are required and whilst there are some common roles across the Peel Ports business, there are also differences on a location by location basis. The roles to be provided are as follows

Supervisor

Crane Operator/Driver

Deck hand

Delivery - Forklift Truck (28t)

Payloader operator

Weighbridge Operator

Excavator Operator

Control Room Operator

Labourer

Delivery - Checker

Cargo Administrator

Vessel - Forklift Truck

Laydown

Gantry

Vessel - Hold

Quay/Choc/Cleaner

Tug Driver

The provider of the labour services must give due consideration to the following factors;

- AWR (Agency Workers Regulations)

- Training and Competency

- Communication

- Compliance with the Working Time Directive

- Regular Contract Review

- >95% Fulfilment Rate

- Labour pool size visibility

- Medical

o Lung function tests

o Drug and alcohol testing

o Return to Work process

- Multi Skilled Operatives

- Back office support

o Out of hours cover

o HR Management

o Performance Reporting

o Account Management

- PPE and RPE (Respiratory) provision

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £9,600,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4

Objective criteria for choosing the limited number of candidates:

The four highest scoring applicants for this lot who meet the minimum criteria set will progress to ITN stage.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for an initial fixed term of four years with options to extend by a further four years in one year increments.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 2b - Medway Automotive

Lot No

3

two.2.2) Additional CPV code(s)

  • 79620000 - Supply services of personnel including temporary staff

two.2.3) Place of performance

NUTS codes
  • UKJ41 - Medway
Main site or place of performance

Port of Sheerness

two.2.4) Description of the procurement

The core requirement of this procurement is to put in place a framework for the delivery of third party labour services. A range of roles are required and whilst there are some common roles across the Peel Ports business, there are also differences on a location by location basis. The roles to be provided are as follows

Supervisor

Automotive

The provider of the labour services must give due consideration to the following factors;

- AWR (Agency Workers Regulations)

- Training and Competency

- Communication

- Compliance with the Working Time Directive

- Regular Contract Review

- >95% Fulfilment Rate

- Labour pool size visibility

- Medical

o Lung function tests

o Drug and alcohol testing

o Return to Work process

- Multi Skilled Operatives

- Back office support

o Out of hours cover

o HR Management

o Performance Reporting

o Account Management

- PPE and RPE (Respiratory) provision

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £7,200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4

Objective criteria for choosing the limited number of candidates:

The four highest scoring applicants for this lot who meet the minimum criteria set will progress to ITN stage.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for an initial fixed term of four years with options to extend by a further four years in one year increments.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As detailed in the procurement documentation

three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

As detailed in the procurement documentation

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As detailed in the procurement documentation


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-016452

four.2.2) Time limit for receipt of tenders or requests to participate

Date

12 February 2024

Local time

10:30am

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

The High Court of England and Wales, Technology & Construction Court

Rolls House, 7 Rolls Buildings,

London

EC4A 1NL

Country

United Kingdom