Tender

ABP Operational Temporary Labour

  • Associated British Ports

F05: Contract notice – utilities

Notice identifier: 2025/S 000-003385

Procurement identifier (OCID): ocds-h6vhtk-04dad7

Published 31 January 2025, 5:46pm



Section one: Contracting entity

one.1) Name and addresses

Associated British Ports

Dock Office,

Immingham

DN40 2LZ

Contact

Richard Claridge

Email

procurement@abports.co.uk

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