Section one: Contracting entity
one.1) Name and addresses
Peel Ports Investments Limited
Maritime Centre
Liverpool
L21 1LA
Contact
Linda Robinson
Telephone
+44 7920501984
Country
United Kingdom
NUTS code
UK - United Kingdom
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=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