- Scope of the procurement
- Lot 1NW - North West General Construction
- Lot 1SE - South East General Construction
- Lot 1SC - Scotland General Construction
- Lot 1DU - Dublin General Construction
- Lot 2NW - North West Marine Construction
- Lot 2SE - South East Marine Construction
- Lot 2SC - Scotland Marine Construction
- Lot 3 - National Major Works
Section one: Contracting entity
one.1) Name and addresses
Peel Ports Investments Limited
Maritime Centre
Liverpool
L21 1LA
Contact
Linda Robinson
Telephone
+44 1519496000
Country
United Kingdom
Region code
UKD7 - Merseyside
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
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=79908&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=79908&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
General Construction and Marine Construction Frameworks
Reference number
PPIL/F0149/
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 (Greenock, Hunterston, Ardrossan) and Great Yarmouth). It also operates a container terminal in Dublin.
Peel Ports are seeking to implement a series of group construction frameworks to help improve efficiency of delivery through collaboration and early engagement with our supply chain and to gain benefits from the optimisation of design and construction best practices and solutions. Group Construction Frameworks will deliver best value, cost surety with improved levels of service and performance, quality, programme delivery and client satisfaction whilst maintaining a safe and sustainable environment and culture.
Peel Ports are looking for suitably qualified and experienced organisations to provide design and construction services and works for marine and general engineering projects both nationally and locally.
two.1.5) Estimated total value
Value excluding VAT: £750,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
Lot 1NW - North West General Construction
Lot No
1NW
two.2.2) Additional CPV code(s)
- 45110000 - Building demolition and wrecking work and earthmoving work
- 45113000 - Siteworks
- 45213200 - Construction work for warehouses and industrial buildings
- 45221110 - Bridge construction work
- 45223500 - Reinforced-concrete structures
- 45232450 - Drainage construction works
- 45233000 - Construction, foundation and surface works for highways, roads
- 45262310 - Reinforced-concrete work
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
Main site or place of performance
Port of Liverpool
two.2.4) Description of the procurement
Successful Tenderers under this lot will be required to provide Port Centric Construction Services in the North West of England.
Typical General Construction Projects will include:
- 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
- Steel Fabrication
- Mechanical, Electrical, Instrumentation, Control and Automation (MEICA)
The four highest scoring Tenderers for this Lot shall receive an award.
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: £235,000,000
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: 8
Objective criteria for choosing the limited number of candidates:
Where a Tenderer elects to Tender for more than one Lot, they must express their order of preference as to which Lots they would prefer to Tender for in the event they have the are ranked highest in more than two Lots at PQQ stage.
Any single Applicant may only progress to ITN stage in a maximum of two Lots.
Following the final PQQ evaluation, where a Tenderer applies for and is ranked highest in more than two Lots, they will be excluded from all Lots other than their two highest preferences.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Frameworks shall be awarded for a maximum of eight years with an initial fixed term of four years with two optional extension periods, each of two years.
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 1SE - South East General Construction
Lot No
1SE
two.2.2) Additional CPV code(s)
- 45110000 - Building demolition and wrecking work and earthmoving work
- 45113000 - Siteworks
- 45213200 - Construction work for warehouses and industrial buildings
- 45221110 - Bridge construction work
- 45223500 - Reinforced-concrete structures
- 45232450 - Drainage construction works
- 45233000 - Construction, foundation and surface works for highways, roads
- 45262310 - Reinforced-concrete work
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
Port of Sheerness
two.2.4) Description of the procurement
Successful Tenderers under this lot will be required to provide Port Centric Construction Services in the South East of England.
Typical General Construction Projects will include;
- 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
- Steel Fabrication
- Mechanical, Electrical, Instrumentation, Control and Automation (MEICA)
The two highest scoring Tenderers for this Lot shall receive an award.
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: £15,000,000
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:
Where a Tenderer elects to Tender for more than one Lot, they must express their order of preference as to which Lots they would prefer to Tender for in the event they have the are ranked highest in more than two Lots at PQQ stage.
Any single Applicant may only progress to ITN stage in a maximum of two Lots.
Following the final PQQ evaluation, where a Tenderer applies for and is ranked highest in more than two Lots, they will be excluded from all Lots other than their two highest preferences.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Frameworks shall be awarded for a maximum of eight years with an initial fixed term of four years with two optional extension periods, each of two years.
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 1SC - Scotland General Construction
Lot No
1SC
two.2.2) Additional CPV code(s)
- 45110000 - Building demolition and wrecking work and earthmoving work
- 45113000 - Siteworks
- 45213200 - Construction work for warehouses and industrial buildings
- 45221110 - Bridge construction work
- 45223500 - Reinforced-concrete structures
- 45232450 - Drainage construction works
- 45233000 - Construction, foundation and surface works for highways, roads
- 45262310 - Reinforced-concrete work
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Glasgow and Strathclyde
two.2.4) Description of the procurement
Successful Tenderers under this lot will be required to provide Port Centric Construction Services in Scotland.
Typical General Construction Projects will include;
- 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
- Steel Fabrication
- Mechanical, Electrical, Instrumentation, Control and Automation (MEICA)
The three highest scoring Tenderers for this Lot shall receive an award.
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: £80,000,000
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: 6
Objective criteria for choosing the limited number of candidates:
Where a Tenderer elects to Tender for more than one Lot, they must express their order of preference as to which Lots they would prefer to Tender for in the event they have the are ranked highest in more than two Lots at PQQ stage.
Any single Applicant may only progress to ITN stage in a maximum of two Lots.
Following the final PQQ evaluation, where a Tenderer applies for and is ranked highest in more than two Lots, they will be excluded from all Lots other than their two highest preferences.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Frameworks shall be awarded for a maximum of eight years with an initial fixed term of four years with two optional extension periods, each of two years.
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 1DU - Dublin General Construction
Lot No
1DU
two.2.2) Additional CPV code(s)
- 45110000 - Building demolition and wrecking work and earthmoving work
- 45113000 - Siteworks
- 45213200 - Construction work for warehouses and industrial buildings
- 45221110 - Bridge construction work
- 45223500 - Reinforced-concrete structures
- 45232450 - Drainage construction works
- 45233000 - Construction, foundation and surface works for highways, roads
- 45262310 - Reinforced-concrete work
two.2.3) Place of performance
NUTS codes
- IE061 - Dublin
Main site or place of performance
Dublin Port
two.2.4) Description of the procurement
Successful Tenderers under this lot will be required to provide Port Centric Construction Services in Dublin in the Republic or Ireland.
Typical General Construction Projects will include;
- 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
- Steel Fabrication
- Mechanical, Electrical, Instrumentation, Control and Automation (MEICA)
The two highest scoring Tenderers for this Lot shall receive an award.
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: 5,000,000 EUR
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:
Where a Tenderer elects to Tender for more than one Lot, they must express their order of preference as to which Lots they would prefer to Tender for in the event they have the are ranked highest in more than two Lots at PQQ stage.
Any single Applicant may only progress to ITN stage in a maximum of two Lots.
Following the final PQQ evaluation, where a Tenderer applies for and is ranked highest in more than two Lots, they will be excluded from all Lots other than their two highest preferences.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Frameworks shall be awarded for a maximum of eight years with an initial fixed term of four years with two optional extension periods, each of two years.
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 2NW - North West Marine Construction
Lot No
2NW
two.2.2) Additional CPV code(s)
- 45244000 - Marine construction works
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
Main site or place of performance
Port of Liverpool
two.2.4) Description of the procurement
Successful Tenderers under this lot will be required to provide Port Centric Marine Construction Services in the North West of England.
Typical Marine Construction Projects will include;
- Enabling Works
- Demolition
- Piling Works
- Fenders/Jetty’s/Dolphins and berth furniture
- Foundations
- Revetments/Quay Walls
- Drainage and utilities
- Concrete and RC Concrete
- Land Remediation
- Earthworks
- Surfacing Works (including roads and pavements)
- Bridge/Linkspan Construction
- Steel Works
- Mechanical, Electrical, Instrumentation, Control and Automation (MEICA)
The two highest scoring Tenderers for this Lot shall receive an award.
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: £73,000,000
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: 5
Objective criteria for choosing the limited number of candidates:
Where a Tenderer elects to Tender for more than one Lot, they must express their order of preference as to which Lots they would prefer to Tender for in the event they have the are ranked highest in more than two Lots at PQQ stage.
Any single Applicant may only progress to ITN stage in a maximum of two Lots.
Following the final PQQ evaluation, where a Tenderer applies for and is ranked highest in more than two Lots, they will be excluded from all Lots other than their two highest preferences.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Frameworks shall be awarded for a maximum of eight years with an initial fixed term of four years with two optional extension periods, each of two years.
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 2SE - South East Marine Construction
Lot No
2SE
two.2.2) Additional CPV code(s)
- 45244000 - Marine construction works
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
Port of Sheerness
two.2.4) Description of the procurement
Successful Tenderers under this lot will be required to provide Port Centric Marine Construction Services in the South East of England.
Typical Marine Construction Projects will include;
- Enabling Works
- Demolition
- Piling Works
- Fenders/Jetty’s/Dolphins and berth furniture
- Foundations
- Revetments/Quay Walls
- Drainage and utilities
- Concrete and RC Concrete
- Land Remediation
- Earthworks
- Surfacing Works (including roads and pavements)
- Bridge/Linkspan Construction
- Steel Works
- Mechanical, Electrical, Instrumentation, Control and Automation (MEICA)
The two highest scoring Tenderers for this Lot shall receive an award.
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: £5,000,000
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:
Where a Tenderer elects to Tender for more than one Lot, they must express their order of preference as to which Lots they would prefer to Tender for in the event they have the are ranked highest in more than two Lots at PQQ stage.
Any single Applicant may only progress to ITN stage in a maximum of two Lots.
Following the final PQQ evaluation, where a Tenderer applies for and is ranked highest in more than two Lots, they will be excluded from all Lots other than their two highest preferences.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Frameworks shall be awarded for a maximum of eight years with an initial fixed term of four years with two optional extension periods, each of two years.
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 2SC - Scotland Marine Construction
Lot No
2SC
two.2.2) Additional CPV code(s)
- 45244000 - Marine construction works
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Glasgow and Strathclyde
two.2.4) Description of the procurement
Successful Tenderers under this lot will be required to provide Port Centric Marine Construction Services in Scotland.
Typical Marine Construction Projects will include;
- Enabling Works
- Demolition
- Piling Works
- Fenders/Jetty’s/Dolphins and berth furniture
- Foundations
- Revetments/Quay Walls
- Drainage and utilities
- Concrete and RC Concrete
- Land Remediation
- Earthworks
- Surfacing Works (including roads and pavements)
- Bridge/Linkspan Construction
- Steel Works
- Mechanical, Electrical, Instrumentation, Control and Automation (MEICA)
The two highest scoring Tenderers for this Lot shall receive an award.
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: £37,000,000
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: 5
Objective criteria for choosing the limited number of candidates:
Where a Tenderer elects to Tender for more than one Lot, they must express their order of preference as to which Lots they would prefer to Tender for in the event they have the are ranked highest in more than two Lots at PQQ stage.
Any single Applicant may only progress to ITN stage in a maximum of two Lots.
Following the final PQQ evaluation, where a Tenderer applies for and is ranked highest in more than two Lots, they will be excluded from all Lots other than their two highest preferences.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Frameworks shall be awarded for a maximum of eight years with an initial fixed term of four years with two optional extension periods, each of two years.
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 - National Major Works
Lot No
3
two.2.2) Additional CPV code(s)
- 45110000 - Building demolition and wrecking work and earthmoving work
- 45113000 - Siteworks
- 45213200 - Construction work for warehouses and industrial buildings
- 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
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK and Ireland
two.2.4) Description of the procurement
Successful Tenderers under this lot will be required to provide Major Works in the areas of General and Marine Construction in the the UK and Ireland.
Typical General Construction Projects will include;
- 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
- Steel Fabrication
- Mechanical, Electrical, Instrumentation, Control and Automation (MEICA)
Typical Marine Construction Projects will include;
- Enabling Works
- Demolition
- Piling Works
- Fenders/Jetty’s/Dolphins and berth furniture
- Foundations
- Revetments/Quay Walls
- Drainage and utilities
- Concrete and RC Concrete
- Land Remediation
- Earthworks
- Surfacing Works (including roads and pavements)
- Bridge/Linkspan Construction
- Steel Works
- Mechanical, Electrical, Instrumentation, Control and Automation (MEICA)
The two highest scoring Tenderers for this Lot shall receive an award.
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: £300,000,000
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: 5
Objective criteria for choosing the limited number of candidates:
Where a Tenderer elects to Tender for more than one Lot, they must express their order of preference as to which Lots they would prefer to Tender for in the event they have the are ranked highest in more than two Lots at PQQ stage.
Any single Applicant may only progress to ITN stage in a maximum of two Lots.
Following the final PQQ evaluation, where a Tenderer applies for and is ranked highest in more than two Lots, they will be excluded from all Lots other than their two highest preferences.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Frameworks shall be awarded for a maximum of eight years with an initial fixed term of four years with two optional extension periods, each of two years.
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 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 several operators
Envisaged maximum number of participants to the framework agreement: 19
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: 2024/S 000-006937
four.2.2) Time limit for receipt of tenders or requests to participate
Date
29 April 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.3) Additional information
The key requirements for this opportunity are as follows :
• To ensure Peel Ports has access to a panel of organisations who can cover the required disciplines
• Drive H&S improvements across projects
• Ability to collaborate in the development of efficient solutions
• Engagement in programme led efficiencies, opportunities and development
• Identify suitable opportunities for best practice from other sectors
• Access to rate cards that promote standardisation to assist budget forecasting
• The provision of high quality Services and Works
• Ability to develop efficient innovative and sustainable design and build construction solutions
• Ability to collaborate and bring best practice skills from other sectors
• To support the successful delivery of projects
• Provision of suitably qualified project teams with appropriate experience in the delivery of projects who operate at a continuous high standard and
• Support Peel Ports on a journey to become a net zero port operator by 2040
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