Tender

T1 Cranes Optimisation

  • The Mersey Docks and Harbour Company Limited

F05: Contract notice – utilities

Notice identifier: 2023/S 000-029707

Procurement identifier (OCID): ocds-h6vhtk-040908

Published 9 October 2023, 2:21pm



Section one: Contracting entity

one.1) Name and addresses

The Mersey Docks and Harbour Company Limited

Maritime Centre

Liverpool

L21 1LA

Contact

Linda Robinson

Email

Linda.Robinson@peelports.com

Telephone

+44 7920501984

Country

United Kingdom

Region code

UKD7 - Merseyside

National registration number

07438262

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=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