Awarded contract

PQQ PRINCIPAL CONTRACTOR ACCESS INFRASTRUCTURE AND TIMBER POND INFILL, PEMBROKE DOCK MARINE

  • Milford Haven Port Authority

F03: Contract award notice

Notice reference: 2021/S 000-012481

Published 3 June 2021, 4:34pm



Section one: Contracting authority

one.1) Name and addresses

Milford Haven Port Authority

Gorsewood Drive, Milford Haven

Pembrokeshire

SA73 3ER

Contact

Caroline Thomas

Email

caroline.thomas@mhpa.co.uk

Telephone

+44 1646696100

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

www.mhpa.co.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA1129

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Other type

Port

one.5) Main activity

Other activity

Pilotage Services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

PQQ PRINCIPAL CONTRACTOR ACCESS INFRASTRUCTURE AND TIMBER POND INFILL, PEMBROKE DOCK MARINE

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

The Access Infrastructure and Timber Pond Infill project is a key part of the Pembroke Dock Marine Development and will specifically include the construction of

the following elements:

1) A new supersize access slipway, and

2) A new workboat berthing facility.

3) Bulk infilling and surcharging of existing Timber Pond with excavated material

The Port has appointed a Lead Consultant for the Detail Design of the slipway and berthing facility structures and will subsequently issue an ITT for the Construction Works for each of the elements listed above. Interested parties will be expected to have substantial experienced in the successful delivery of large Civil Engineering Marine projects.

The PQQ documentation can be accessed by pasting the link below into your internet browser.

https://mhpa.sharepoint.com/:f:/s/O365Tenders/EsdPF-WoVEdGm4L-GCv1dx8BGlChyd-M37Ij1Aknr1D-xw?e=8YMxIT

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £14,761,635 / Highest offer: £17,195,930 taken into consideration

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKL1 - West Wales and the Valleys
Main site or place of performance

Pembroke Dock

two.2.4) Description of the procurement

The Port of Milford Haven is a trust port and is the UK’s top energy port and Wales’ busiest port handling around 20% of Britain’s seaborne trade in oil and gas. The Port of Milford Haven also owns and operates Pembroke Port and Milford Dock.

The Port of Milford Haven has prepared a Development Plan for the strategic improvement of Pembroke Port, aligning itself with the Swansea Bay City Deal, named Pembroke Dock Marine. This UK and Welsh Government supported project will support the diversification of a strategic UK fossil fuel energy hub into a centre for the renewable energy industry. This will protect both the region and UK in terms of energy security, economy and inclusivity while also working towards achieving decarbonisation targets.

Pembroke Dock Marine comprises four separate but interrelated elements that together will build on an existing energy cluster that has grown around the Pembroke Dock area, in order to develop a world class centre for blue economic development.

The ERDF funded Pembroke Dock Access Infrastructure project is a key part of the Pembroke Marine Project and will specifically include

the construction of the following:

1) A new supersize access slipway,

2) A new workboat berthing facility, and.

3) Infilling of the existing timber pond.

The Principal Contractor appointed must have substantial experience in the successful delivery of a large Civil Engineering Marine Project or Projects with a value in excess of 10 million GBP.

The slipway construction will involve demolition, capital dredging, piling, excavation, the construction of retaining walls and a new supersize concrete slipway together with associated Temporary works, repairs to existing Quay walls, electrical and water distribution, network communications, SCADA and CCTV/security systems and the sequencing of the construction works to minimise disruption to the existing slipway operations.

The new workboat facility will involve modification of the existing Tee-Head building structure and access facility, structural modifications to the existing Ferry Terminal dolphins, new structural steel installations, the provision and fixing of 140m of new pontoon mooring facilities and restraints, together with the installation of electrical and water distribution, network communications, SCADA and CCTV/security systems.

The timber pond infilling involves the deposition into the existing pond of approx. 40,000 m3 and the surcharging of a further (approx.) 15,000 m3 of excavated material with a significant component of rock (to be crushed on site as part of the works). The infill requires to be designed to achieve a controlled settlement with fill laid over a protective sand layer and carefully compacted in layers to accommodate a future construction of a large Fabrication Building over the former pond (not within the scope of the works).

The Timber Pond is a Grade II listed structure and it is anticipated that key features such as the existing limestone retaining wall and sloping stone revetment will be retained and protected or otherwise subject to minimal and localised disturbance through the works where this is unavoidable.

The successful contractor will be appointed as the Principal Contractor and compliance with all H&S Environmental and Ecological legislation, WEFO and SBCD Procurement Procedures and Cross Cutting Themes will be mandatory.

The works will be undertaken under the NEC3 suite of contracts and the successful contractor will be expected to work collaboratively with the Client and its appointed Engineering Design Consultants, Environmental and Ecological Consultants, Project Manager, NEC Supervisor and Quantity Surveyor throughout the project.

Timescales:

It is anticipated the Construction Works contract will start in Q2 2021. However, ECI in the Design Process will be expected in Q1 2021.

Following evaluation of the PQQ returns it is envisaged a minimum number four and maximum number of 6 contractors will be invited to tender (ITT) for stage 2.

two.2.5) Award criteria

Quality criterion - Name: Waste Management Plan / Weighting: 5

Quality criterion - Name: Project Execution Plan / Weighting: 10

Quality criterion - Name: Delivery within budget / Weighting: 10

Quality criterion - Name: ECI and COnstruction phase programmes / Weighting: 10

Quality criterion - Name: CVs / Weighting: 5

Quality criterion - Name: Protection of listed structures / Weighting: 5

Quality criterion - Name: Collaborative working during ECI / Weighting: 10

Quality criterion - Name: Risks/opportunities / Weighting: 10

Price - Weighting: 35

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: Yes

Identification of the project

Pembroke Dock Marine


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 174-421530


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 April 2021

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 3

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

BAM Nuttall

St James House

Camberley

GU153xw

Telephone

+44 774005346

Country

United Kingdom

NUTS code
  • UKJ25 - West Surrey
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £14,761,635 / Highest offer: £17,195,930 taken into consideration


Section six. Complementary information

six.3) Additional information

The PQQ can be access at the following link:

https://mhpa.sharepoint.com/:f:/s/O365Tenders/EsdPF-WoVEdGm4L-GCv1dx8BGlChyd-M37Ij1Aknr1D-xw?e=8YMxIT

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=102420.

(WA Ref:109712)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom