Opportunity

General Construction and Marine Construction Frameworks

  • Peel Ports Investments Limited

F05: Contract notice – utilities

Notice reference: 2024/S 000-010376

Published 28 March 2024, 3:48pm



Section one: Contracting entity

one.1) Name and addresses

Peel Ports Investments Limited

Maritime Centre

Liverpool

L21 1LA

Contact

Linda Robinson

Email

linda.robinson@peelports.com

Telephone

+44 1519496000

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=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