Tender

Engineering Consultancy, Project Management & Quantity Surveyor Services

  • Peel Ports Investments Limited

F05: Contract notice – utilities

Notice identifier: 2022/S 000-012551

Procurement identifier (OCID): ocds-h6vhtk-0319f0

Published 13 May 2022, 5:27pm



The closing date and time has been changed to:

4 July 2022, 10:00am

See the change notice.

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 7920501984

Country

United Kingdom

NUTS code

UK - United Kingdom

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=47124&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=47124&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

Engineering Consultancy, Project Management & Quantity Surveyor Services

Reference number

PPIL/F0099/PRO92

two.1.2) Main CPV code

  • 79415200 - Design consultancy services

two.1.3) Type of contract

Services

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 requires consultancy firms to provide services that cover a variety of disciplines (as identified in the Scope & Specification) which are deployed onto specific capital projects, studies and feasibility work. The skills required within each discipline include project management, engineering advice, design work and health and safety guidance.

Peel Ports also requires temporary services predominantly in project management and quantity surveying roles, where supplier personnel are situated within the capital projects team to assist with the progression of projects and provide commercial support in a timely and effective manner.

two.1.5) Estimated total value

Value excluding VAT: £12,808,000

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

Engineering Consultancy

Lot No

1

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71317210 - Health and safety consultancy services
  • 71322100 - Quantity surveying services for civil engineering works
  • 71324000 - Quantity surveying services
  • 71332000 - Geotechnical engineering services
  • 71351200 - Geological and geophysical consultancy services
  • 71354500 - Marine survey services
  • 71541000 - Construction project management services
  • 72224000 - Project management consultancy services
  • 79620000 - Supply services of personnel including temporary staff
  • 79623000 - Supply services of commercial or industrial workers
  • 90713000 - Environmental issues consultancy services
  • 98360000 - Marine services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Peel Ports requires consultancy firms to provide services that cover a variety of disciplines (as identified in the Scope & Specification) which are deployed onto specific capital projects, studies and feasibility work. The skills required within each discipline include project management, engineering advice, design work and health and safety guidance.

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: £9,272,000

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: 12

Objective criteria for choosing the limited number of candidates:

With reference to Lot 1 – Engineering Consultancy, the twelve highest ranked submissions that meet the Minimum Criteria (in accordance with the evaluation criteria) shall receive an ITN. Any Applicant that does not meet the Minimum Criteria shall be excluded and shall not progress further in the process.

In the event of a draw for 12th place under Lot 1 all Applicants tied shall receive an ITN.

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 let for an initial fixed term of 3 years with options to extend up to 8 years in 1 year increments.

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

Project Management & Quantity Surveyor Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71317210 - Health and safety consultancy services
  • 71322100 - Quantity surveying services for civil engineering works
  • 71324000 - Quantity surveying services
  • 71332000 - Geotechnical engineering services
  • 71351200 - Geological and geophysical consultancy services
  • 71354500 - Marine survey services
  • 71541000 - Construction project management services
  • 72224000 - Project management consultancy services
  • 79620000 - Supply services of personnel including temporary staff
  • 79623000 - Supply services of commercial or industrial workers
  • 90713000 - Environmental issues consultancy services
  • 98360000 - Marine services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Peel Ports requires temporary services predominantly in project management and quantity surveying roles, where supplier personnel are situated within the capital projects team to assist with the progression of projects and provide commercial support in a timely and effective manner.

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: £3,536,000

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:

With reference to Lot 2 – Project Management & Quantity Surveying Services, the five highest ranked submissions that meet the Minimum Criteria (in accordance with the evaluation criteria) shall receive an ITN. Any Applicant that does not meet the Minimum Criteria shall be excluded and shall not progress further in the process.

In the event of a draw for 5th place for Lot 2, all Applicants tied shall receive an ITN.

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 let for an initial fixed term of 3 years with options to extend up to 8 years in 1 year increments.

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: 7

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: 2022/S 000-004948

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

6 June 2022

Local time

2:00pm

Changed to:

Date

4 July 2022

Local time

10:00am

See the change notice.

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 envisaged number of awards is 5 for Lot 1 and 2 for Lot 2.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales - Technology and Construction Court

7 Rolls Buildings, Fetter Lane

London

EC4A 1NL

Country

United Kingdom