Tender

Project Management, Quantity Surveying & Procurement Services in relation to the Criterion Quay Flow Development

  • Milford Haven Port Authority

F05: Contract notice – utilities

Notice identifier: 2023/S 000-022490

Procurement identifier (OCID): ocds-h6vhtk-03ec7b

Published 2 August 2023, 3:22pm



The closing date and time has been changed to:

4 September 2023, 8:30am

See the change notice.

Section one: Contracting entity

one.1) Name and addresses

Milford Haven Port Authority

Gorsewood Drive, Milford Haven

Pembrokeshire

SA73 3ER

Email

caroline.thomas@mhpa.co.uk

Telephone

+44 1646696100

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

https://www.mhpa.co.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA1129

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.sell2wales.gov.wales

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.sell2wales.gov.wales

one.6) Main activity

Other activity

Port Operations


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Project Management, Quantity Surveying & Procurement Services in relation to the Criterion Quay Flow Development

two.1.2) Main CPV code

  • 72224000 - Project management consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The Port of Milford Haven is seeking to appoint a single organisation to provide Project Management, Quantity Surveying and Specialist Procurement Support Services in relation to the work packages outlined in the tender.

The consultant will be required to provide management resources for all activities including the tendering and assessment of the work packages, NEC3 management of the package contracts up to and including the completion of the physical works including the retention period.

In addition, they will be required to provide quantity surveying and cost control services to ensure close control of time and cost is achieved.

Furthermore they will coordinate all work packages to ensure smooth progress and a collaborative working environment.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKL1 - West Wales and the Valleys
Main site or place of performance

Pembroke Dock

two.2.4) Description of the procurement

The Hobbs Point Floating Offshore Wind Development Project is envisioned to support the deployment of floating offshore wind infrastructure in the Celtic Sea. Delivery of this project will fortify the Pembroke Dock Marine project currently in development at Pembroke Dock, which is designed to create a world class centre for green energy development, acting as a catalyst for inward investment and the development of a regional Marine Centre of Excellence for current and future technology. Delivery of Hobbs Point Floating offshore wind will support the diversification of a strategic UK fossil fuel energy hub into a centre for the renewable energy industry. This will protect both the region and UK in terms of energy security, economy and inclusivity while also working towards achieving decarbonisation targets.

Milford Haven Port Authority (PoMH), as part of its ongoing programme of development at Pembroke Port (PP) intends to rebuild and expand a facility at Criterion Way/Criterion Quay, initially to support Floating Offshore Wind (FLOW) Test and Demonstration stage projects.

The currently envisaged works comprise the following:

- Construction of a heavy lift jetty with associated mooring structures

- Dredging (substantially in rock, some possibly requiring drilling and blasting)

- Reclamation of about 2 Hectares of land over an intertidal area with anticipated beneficial use of the dredged material

- Remediation of existing land

- Surfacing of the reclaimed and remediated land with surface drainage

- Perimeter security fencing and gates

- Installation of internal electricity supplies for lighting and heavy duty power

- Provision of external services and connections

- Small ancillary buildings

- Environmental mitigation measures

The works are subject to grant funding which will have strict time limits.

The full suite of tender documents can be found here:

https://mhpa.sharepoint.com/:f:/s/O365Tenders/Er1XOYi0zghJserkLnjB2dABpamzBurmGDiYsah_lgwzxQ?e=myx3Ff

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

4 September 2023

End date

13 April 2026

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

two.2.14) Additional information

PLEASE NOTE, TENDER DOCUMENTS CAN BE ACCESSED HERE: https://mhpa.sharepoint.com/:f:/s/O365Tenders/Er1XOYi0zghJserkLnjB2dABpamzBurmGDiYsah_lgwzxQ?e=myx3Ff


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

1 September 2023

Local time

12:00pm

Changed to:

Date

4 September 2023

Local time

8:30am

See the change notice.

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

1 September 2023

Local time

12:00pm

Place

MHPA


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

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=133744.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are detailed within the suite of tender documents.

(WA Ref:133744)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom