Section one: Contracting entity
one.1) Name and addresses
The Mersey Docks and Harbour Company Limited
Maritime Centre
Liverpool
L21 1LA
Contact
Linda Robinson
Telephone
+44 7920501984
Country
United Kingdom
Region code
UKD7 - Merseyside
National registration number
07438262
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=73488&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=73488&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
T1 Cranes Optimisation
Reference number
RSCT/C0140/
two.1.2) Main CPV code
- 42414140 - Container cranes
two.1.3) Type of contract
Supplies
two.1.4) Short description
Royal Seaforth Container Terminal (RSCT) is a brownfield terminal located in Liverpool. It is an import-export terminal with a low transhipment percentage. There are additional empty depot / domestic flows at the landside, as well as interterminal traffic to and from Liverpool Terminal 2.
Currently, RSCT is operating with straddle carriers, empty handlers and reach stackers, with manual Tug and Trailers used as horizontal transport towards inspection and Liverpool2. In addition, an on-dock rail facility is present for rail container handling serving the hinterland. The future rail volume is expected to increase and the rail terminal will be expanded.
RSCT is reaching its capacity from a yard point of view and in order to address this Peel Ports intends to densify the yard to allow for further growth while simultaneously freeing up space for other activities. To achieve this aim, Peel Ports intends to procure twelve Automated Rail Mounted Gantry cranes (ARMGs).
two.1.5) Estimated total value
Value excluding VAT: £66,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 42414140 - Container cranes
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
Main site or place of performance
Port of Liverpool
two.2.4) Description of the procurement
The Goods and Services will generally comprise of, but not limited too:-
Design, manufacture, supply, delivery, off-loading, erection, installation on existing rails, testing, setting to work, successful completion of post commissioning performance test, endurance test and making good defects during the warranty period, the complete Automated ARMG System.
Twelve aRMG cranes shall be delivered to the RSCT Quayside fully assembled.
Design and installation, including all testing and commissioning, of the defined ARMG Automation system.
Safe access provision for maintenance and operational work areas and aRMG transfer between blocks.
Supply and commission a process simulator (Test Rig).
Supply of remote operator station consoles.
Training of the designated Customers Trainers, operational and engineering.
Optional On-site Engineering support for the whole system for a period of 6 months.
3 Years Warranty on all Mechanical, Electrical, Drives, Control Systems, and Automation, including all Parts and Labour.
15 Years Warranty on Steelwork Corrosion Protection System, including all Materials and Labour.
15 Years Warranty on Structural Steelwork, including all Parts and Labour.
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: £66,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
All Applicants who meet the Peel Ports minimum PQQ criteria shall be evaluated at ITN Stage.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The agreement shall also allow for the procurement of further aRMG cranes at a later date should further expansion be required.
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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.2.2) Time limit for receipt of tenders or requests to participate
Date
1 December 2023
Local time
10:30am
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
The High Court of England and Wales
Technology & Construction Court, Rolls House, 7 Rolls Buildings,
London
EC4A 1NL
Country
United Kingdom