Tender

Greenock Ocean Terminal Ship to Shore Cranes

  • Clydeport Operations Limited

F05: Contract notice – utilities

Notice identifier: 2022/S 000-017055

Procurement identifier (OCID): ocds-h6vhtk-03339a

Published 22 June 2022, 2:12pm



The closing date and time has been changed to:

5 September 2022, 1:00pm

See the change notice.

Section one: Contracting entity

one.1) Name and addresses

Clydeport Operations Limited

16 Robertson Street

Glasgow

G2 8DS

Contact

Melissa Rimmer

Email

Melissa.Rimmer@peelports.com

Telephone

+44 01519496078

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

National registration number

SC134759

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=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