Tender

AMEP AREA K MONOPILE FACILITY WORKS

  • Able Humber Ports Limited

F05: Contract notice – utilities

Notice identifier: 2021/S 000-016931

Procurement identifier (OCID): ocds-h6vhtk-02c990

Published 19 July 2021, 2:10pm



The closing date and time has been changed to:

2 September 2021, 12:00pm

See the change notice.

Section one: Contracting entity

one.1) Name and addresses

Able Humber Ports Limited

Registered Office; Ogier House, 44 Esplanade

St Helier, Jersey

JE4 9WG

Contact

Procurement Officer

Email

PM1957SQIS@driver-group.com

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.ableuk.com/sites/port-sites/humber-port

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

www.ableuk.com/sites/port-sites/humber-port/amep

Additional information can be obtained from the above-mentioned address

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

AMEP AREA K MONOPILE FACILITY WORKS

Reference number

2021_07_19_PM1957_CN01

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

PRE-CONSTRUCTION

Contractor's Proposals (CP): detailed design in accordance with the Design Intent (tender documents), including but not limited to; architectural design and specification, civil and structural engineering design and specification, mechanical and electrical design, and specification for manufacturing plant, ancillary spaces (energy centre, welfare facilities), and separate administration building;

Consents: discharge of Planning conditions (including conditions precedent), make the necessary Building Regulations application;

Interface Coordination: liaise with all stakeholders with respect to all points of interface to deliver a fully coordinated and connected facility in accordance with the schedule, including but not limited to; site wide infrastructure, utilities (electricity, gas, water, sewers, telecoms, fibre/wi-fi), specialist subcontractors and suppliers (e.g., overhead cranes), and Tenant fit-out and equipment installation;

Procurement: package tendering exercise to secure fixed prices for all third-party work, in accordance with the Tender price and Schedule, identify critical (long lead) elements the require advance order, place orders subject to instruction from the Company. Procurement of specialist equipment in accordance with the accepted CP, e.g. Paint Booths, Grit Blasting Booths, Gantry Cranes, etc.; and

Survey & enabling: undertake such survey and enabling works as may be necessary to the design, subject to justification, and agreement of the Company,

CONSTRUCTION:

Construction: construct the works in accordance with the accepted CP, the agreed Schedule, and Contract Sum; and

Coordination: undertake the works contract with due cognisance of the prevailing environment, coordinating deliveries, vehicular and pedestrian access, and egress in conjunction with all stakeholders, including but not limited to; Local Planning Authority, the Company, the Tenant, and adjacent contractors (quay construction).

two.1.5) Estimated total value

Value excluding VAT: £125,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work
  • 45220000 - Engineering works and construction works

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
Main site or place of performance

Able Humber Port, Rosper Road, North Killingholme, DN40 3DZ

two.2.4) Description of the procurement

The Contracting Entity is seeking to appoint a Principal Contractor to work with in order to deliver the design and construction of Able Marine Energy Park - Area K Monopile Facility (the Works).

The Works will be procured on a Design and Construct basis utilising the JCT Design and Build Standard Form 2016 Edition (DB 2016) with Particular Amendments to the standard clauses, of which further information will be provided within the procurement documentation.

The first stage of the procurement will consist of the following:

- Standard Qualification Instruction to Suppliers (SQIS) document;

- Annexure A - Standard Selection Questionnaire (SSQ); and

- Annexure B - Draft Invitation to Negotiate (dITN).

The SSQ (Annexure A) is based upon the Crown Commercial Service standard template, and will be marked by an assessment panel using the process detailed in the SQIS.

A maximum of 5 Suppliers will be selected to proceed to the Tender stage, and will be issued the full and final Invitation to Negotiate (ITN) document, of which a draft version is annexed

to the SSQ for information and reference purposes.

The Tender stage of procurement will be a negotiated procedure with prior call for competition, to be conducted with the top 5 scoring Suppliers selected by the assessment panel and based upon the Suppliers SSQ response.

The 5 Suppliers selected to tender will each be issued with the full and final Invitation to Negotiate (ITN) document.

All completed Tenders must be submitted by the Tender Return Date stipulated in the procurement documents.

Once received and validated, compliant tenders will be evaluated in order to ascertain a Preferred Contractor.

The ITN will be evaluated on the basis of a 60% Quality and 40% Price weighting.

The Preferred Contractor, once appointed, shall be responsible for the Design, Procurement, Delivery to Site, Off-Loading, Construction, Installation and Commissioning (including all

testing) relating to his delivery of the Works.

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: £125,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

4 February 2022

End date

9 October 2023

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

Please refer to the Procurement Documents

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to the Procurement Documents.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

Please refer to the Procurement Documents.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to the Procurement Documents.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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

Originally published as:

Date

19 August 2021

Local time

12:00pm

Changed to:

Date

2 September 2021

Local time

12:00pm

See the change notice.

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

31 August 2021

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Contracting Entity reserves the right to require warranties and guarantees and/or other forms of security cover it deems necessary. The Contracting Entity requires all Suppliers to sign and return a Confidentiality Agreement within 7 days of receipt of the SSQ/SQIS information.

Each member of a grouping of contractors to sign an undertaking to be jointly and severally liable for the due performance of any resultant contract.

The conditions of contract will be available to economic operators in the Invitation to Negotiate.

Information and formalities necessary for evaluating expressions of interest will set out in the procurement documents.

All contact must be made to the person specified in section 1.1.

All interested Suppliers will be required to obtain, complete, and return the SSQ, which is available as part of the procurement documentation upon request to the email address provided.

Any resulting contract will be considered as a contract made in England according to English Law and will be subject to the exclusive jurisdiction of the English Courts.

The Contracting Entity reserves the right to approve any and all sub-contractor appointments which tenderers intend to make.

The Contracting Entity is not liable for any costs incurred by those expressing an interest in or tendering for this contract including but not limited to where the contract award procedure is cancelled or adjusted for any reason. No reimbursement of costs shall be available.

The successful Tenderer (Preferred Contractor) will enter into the contract with the Contracting Entity or an associated contracting entity.

Please note that all dates and figures provided in this notice are indicative.

six.4) Procedures for review

six.4.1) Review body

Able UK Limited

Stockton-on-Tees

Email

PM1957SQIS@driver-group.com

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Please refer to the Procurement Documents.