- Scope of the procurement
- Lot 1 – Humber - General Stevedoring
- Lot 2 – Humber - Border Control Post
- Lot 3 – Humber - Shovel & Tug-Tipper
- Lot 4 – Humber - Industrial Admin.
- Lot 5 – Humber - Industrial Cleaning
- Lot 6 – Humber & East Anglia – Bagging
- Lot 7 – Soton. - Auto Stevedoring
- Lot 8 – NW & Scotland - Land & Marine
Section one: Contracting entity
one.1) Name and addresses
Associated British Ports
Dock Office,
Immingham
DN40 2LZ
Contact
Richard Claridge
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://in-tendhost.co.uk/abp/aspx/Tenders/Current
Buyer's address
https://in-tendhost.co.uk/abp/aspx/Tenders/Current
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://in-tendhost.co.uk/abp/aspx/Tenders/Current
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/abp/aspx/Tenders/Current
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
ABP Operational Temporary Labour
Reference number
FMP-GRP-25/1007
two.1.2) Main CPV code
- 63721000 - Port and waterway operation services and associated services
two.1.3) Type of contract
Services
two.1.4) Short description
This two stage procurement event is for the provision of Temporary Labour for ABP. Potential suppliers are asked to complete this PQQ within 30 days, followed by a shortlisting process leading to an ITN which will launch on 04/04/2025 and run for 30 days. The supplier(s) will be the sole provider of labour requirements with the exception of ABP staff labour.Sub-contracting ArrangementsPlease provide relevant company / organisation name, the composition of the supply chain, indicating which member of the supply chain will be responsible for the elements of the requirement.(For example; Any support resources that are not a direct employee of your company are likely to be subcontracted labour)(Note: ultimate responsibility lies with the prime contractor).ABP may ask to see the accounts for each subcontractor listed, so it is advisable that your organisation / company ensure that they can be made available upon request.The key aims of this two-stage procurement event for Temp
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 – Humber - General Stevedoring
Lot No
1
two.2.2) Additional CPV code(s)
- 63721000 - Port and waterway operation services and associated services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
Lot 1 – Humber - General Stevedoring• Tier 1 Stevedoring (General Stevedore, and General Duties)• Tier 2 Stevedoring (Advanced Stevedore, Forklift Truck (B1, B2 & B2) Operator, and Skidsteer Operator)• Tier 3 Stevedoring (Tug Operator, and Reachstacker Operator)• Tier 4 Stevedoring (Crane Operator)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Initial Contract for 2 year Period with a 1 year extension
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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 2 – Humber - Border Control Post
Lot No
2
two.2.2) Additional CPV code(s)
- 63721000 - Port and waterway operation services and associated services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
Lot 2 – Humber - Border Control Post• Border Control Post Operators• Border Control Post Administrator
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Initial 24 month contract with 12 month extension option
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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 3 – Humber - Shovel & Tug-Tipper
Lot No
3
two.2.2) Additional CPV code(s)
- 63721000 - Port and waterway operation services and associated services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
Lot 3 – Humber - Shovel & Tug-Tipper• Shovel Operative• Tug Tipper Operative
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Initial 24 month contract with 12 extension possible
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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 4 – Humber - Industrial Admin.
Lot No
4
two.2.2) Additional CPV code(s)
- 63721000 - Port and waterway operation services and associated services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
Lot 4 – Humber - Industrial Admin.• Administrative Assistant, and Weighbridge Operator
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Initial 24 month contract with a 12 month extension possible
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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 5 – Humber - Industrial Cleaning
Lot No
5
two.2.2) Additional CPV code(s)
- 63721000 - Port and waterway operation services and associated services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
Lot 5 – Humber - Industrial Cleaning• Industrial Cleaning Operative
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Initial 24 month contract with a 12 month extension possible
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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 6 – Humber & East Anglia – Bagging
Lot No
6
two.2.2) Additional CPV code(s)
- 63721000 - Port and waterway operation services and associated services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 6 – Humber & East Anglia – Bagging• Bagging Team o 2 bagging operatives (General Duties)o 1 shovel drivero 1 B2 forklift drivero 1 operative trained within the team to operate a skid steero 1 operative will be allocated as a leading hand
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Initial 24 moth contract with 12 month extension possible
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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 7 – Soton. - Auto Stevedoring
Lot No
7
two.2.2) Additional CPV code(s)
- 63721000 - Port and waterway operation services and associated services
two.2.3) Place of performance
NUTS codes
- UKJ32 - Southampton
two.2.4) Description of the procurement
Lot 7 – Soton. - Auto Stevedoring • Driver (Automotive)• Driver (Minibus)• Lasher
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Initial 24 month contract with a 12 month extension
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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 8 – NW & Scotland - Land & Marine
Lot No
8
two.2.2) Additional CPV code(s)
- 63721000 - Port and waterway operation services and associated services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 8 – NW & Scotland - Land & Marine• Mooring and Berthing• Stevedoring
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Initial 24 month contract with 12 extension possible
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
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.2.2) Time limit for receipt of tenders or requests to participate
Date
3 March 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
4 April 2025
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: Yes
Estimated timing for further notices to be published: 2027
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
High Court Of Justice
Royal Courts of Justice, Strand
London
WC2A2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Macfarlanes LLP
20 Cursitor Street
London
EC4A1LT
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Associated British Ports
25 Bedford Street
London
WC2E 9ES
Country
United Kingdom