Section one: Contracting entity
one.1) Name and addresses
Milford Haven Port Authority
Gorsewood Drive, Milford Haven
Pembrokeshire
SA73 3ER
Telephone
+44 1646696100
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
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:
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