Section one: Contracting entity
one.1) Name and addresses
Peel Ports Investments Limited
Maritime Centre
Liverpool
L21 1LA
Contact
Elizabeth Shaw
Telephone
+44 1519496000
Country
United Kingdom
Region code
UKD72 - Liverpool
National registration number
5433920
Internet address(es)
Main address
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
Additional information can be obtained from the above-mentioned address
one.6) Main activity
Port-related activities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
General Construction and Marine Construction Frameworks
Reference number
PPIL/FR0124/
two.1.2) Main CPV code
- 45200000 - Works for complete or part construction and civil engineering work
two.1.3) Type of contract
Works
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 (KGV, Greenock, Hunterston, Ardrossan) and Great Yarmouth). It also operates a container terminal in Dublin.
Peel Ports are looking to award partnering construction frameworks lasting up to 8 years. The frameworks will predominantly deliver general construction, civil engineering and marine construction works on a design and build basis.
The new frameworks represent a collaborative approach with the supply chain. Underpinned by a NEC 4 form of contract where options A, C and E are all available. This will provide both flexibility to the business and early opportunities for the supply chain to contribute to the design and constructability solutions for our varied projects.
two.1.6) Information about lots
This contract is divided into lots: Yes
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
Lot No
1
two.2.2) Additional CPV code(s)
- 45113000 - Siteworks
- 45110000 - Building demolition and wrecking work and earthmoving work
- 45221110 - Bridge construction work
- 45223500 - Reinforced-concrete structures
- 45232450 - Drainage construction works
- 45233000 - Construction, foundation and surface works for highways, roads
- 45234100 - Railway construction works
- 45234112 - Railway depot construction work
- 45244000 - Marine construction works
- 45262310 - Reinforced-concrete work
- 45213200 - Construction work for warehouses and industrial buildings
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom and the Republic of Ireland
two.2.4) Description of the procurement
A key aspect of the Framework is that all schemes are to be delivered by adopting a common approach using standard documentation, procedures and output specifications. Framework delivery partners appointed through this procurement will be expected to contribute to the development of the delivery model and support the business in the identification of appropriate solutions in the pursuit of the optimum design and construct model for each project.
The new frameworks represent a long term commitment to the supply chain as demonstrated by the publication of the upcoming pipeline of works.
The full scope of works and project pipeline will be as set out in the tender documentation, however to aid the procurement process the proposed typical scope will be as follows :-
General Construction
- Drainage, construction and maintenance of new and existing roads and carparks
- Earthworks and ground remediation
- Foundations and piling
- Construction, maintenance and refurbishment of new and existing warehouses
- Paving, surfacing and concrete works
- Rail Construction
- Bridge Construction and refurbishment
- Demolition
Marine Construction
- Marine Piling
- Marine asset renewal and refurbishment
- Berthing furniture and bollards
- Quay walls
- Lock and Sluice gate maintenance and replacement
- RoRo
It is proposed that there will be two contractors appointed to undertake major works in all disciplines on a national basis. This will be complimented by a larger number of port centric contractors who will focus on general construction or marine works separately. The number of contractors in these port centric lots will vary between two and four depending on the port cluster under consideration.
In support of the framework, Peel Ports are looking to appoint contractors with demonstrable:
- A “first class” delivery of Health, Safety, Environmental, Quality
- A collaborative approach to partnering as business as usual
- Supporting Peel Ports in the delivery of our Carbon Neutral Commitment 2040
- Leading and promoting innovation solutions
- Application of lean construction methodologies
- Support and engagement with local communities
- Openness and transparency of commercial approach
- Managing change effectively and efficiently
This will be backed up by the development of suitable performance KPIs and KPMs.
two.3) Estimated date of publication of contract notice
31 March 2024
Section four. Procedure
four.1) Description
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 000-008685
Section six. Complementary information
six.3) Additional information
It is anticipated that the Contract Notice, formally commencing the procurement event (including the issue of tender documents), will be issued by the end of March 2024 with anticipated Contract Award expected in November 2024.
Early expressions of interest in taking part in this competition should be sent to sourcing@peelports.com.