Section one: Contracting entity
one.1) Name and addresses
Clydeport Operations Limited
16 Robertson Street
Glasgow
G2 8DS
Contact
Melissa Rimmer
Telephone
+44 01519496078
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
National registration number
SC134759
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=48394&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=48394&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
Greenock Ocean Terminal Ship to Shore Cranes
Reference number
COL/C0105/PRO100
two.1.2) Main CPV code
- 42414100 - Cranes
two.1.3) Type of contract
Supplies
two.1.4) Short description
Located on the Firth of Clyde, the west-facing Greenock Ocean Terminal freight port has been at the heart of Scotland’s shipping industry since 1876, with its container terminal officially opening in 1969.
In support of future growth plans, Clydeport Operations Ltd, who operate Greenock Ocean Terminal, are commencing a procurement for the replacement of 2nr Ship to Shore (STS) cranes. The procurement involves 2 lots. Lot 1 is for the replacement of 2nr STS cranes, and Lot 2 is for the replacement of 2nr STS cranes and the removal of 2nr existing cranes.
two.1.5) Estimated total value
Value excluding VAT: £17,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Only one lot will be awarded, the other will be discontinued.
two.2) Description
two.2.1) Title
Greenock Ocean Terminal Ship to Shore Cranes
Lot No
1
two.2.2) Additional CPV code(s)
- 42414120 - Quayside cranes
- 42414140 - Container cranes
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Greenock Ocean Terminal
two.2.4) Description of the procurement
The Scope of Works for Ship to Shore (STS) Cranes shall include:
• Design, supply, test and commission. On-site technical support to be provided for a minimum of 24 months.
• Training of client’s personnel including competency assessments and written tests
• Remedying defects (parts and labour) during an appropriate warranty period for both mechanical systems, electrical systems, steelwork and protective coatings
• Spare parts for two years of operation which will be based on an agreed criticality study with the supplier
• Designated engineer
• Quarterly warranty visits
• O&M Manuals in both hard copy and electronic format
• Maintenance diagnostic equipment (hardware and software)
• Power reel and festoon to include fibre optic cabling, connecting back to IT network hub
• Reliability centered maintenance workshops for the design of the maintenance programme, parts requirements and any other bespoke requirements
• Removal of 2 existing cranes (Lot 2 only)
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: £17,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
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: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
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 000-011517
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
3 August 2022
Local time
1:00pm
Changed to:
Date
5 September 2022
Local time
1:00pm
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.4) Procedures for review
six.4.1) Review body
Court of Session
Parliament House, Parliament Square
Edinburgh
EH1 1RQ
Country
United Kingdom