Tender

RSCT T1 Optimisation

  • The Mersey Docks and Harbour Company Limited

F05: Contract notice – utilities

Notice identifier: 2023/S 000-031784

Procurement identifier (OCID): ocds-h6vhtk-040fa0

Published 27 October 2023, 12:20pm



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

+447 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=74387&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=74387&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

RSCT T1 Optimisation

Reference number

MDHC/C0139

two.1.2) Main CPV code

  • 45222000 - Construction work for engineering works except bridges, tunnels, shafts and subways

two.1.3) Type of contract

Works

two.1.4) Short description

The Mersey Docks and Harbour Company Limited owns and operates the Port of Liverpool.

The Royal Seaforth Container Terminal (RSCT), Terminal 1 (T1) is located within the Port of Liverpool and handles container vessels and ro-ro facilities. RSCT is reaching its capacity and in order to allow for further growth and reduce health and safety risks, a project has been launched to densify the yard.

By converting the yard to Automated Rail Mounted Gantry Cranes (ARMGs) the capacity for RSCT can be increased, with the associated footprint for the yard being significantly reduced. The aim of the project is to create future increased capacity, productivity and provide opportunities to attract additional revenue whilst improving health and safety performance.

two.1.5) Estimated total value

Value excluding VAT: £50,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45222000 - Construction work for engineering works except bridges, tunnels, shafts and subways

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 opportunity is to appoint a suitable qualified and competent Contractor on a design and build basis to undertake the CDM Principal Designer and Principal Contractor for the upcoming project.

The scope is summarised but not limited to :

Construct all infrastructure as necessary to serve twelve gantry cranes including:

- Install crane rails and container bases

- Reconfigure and enhancement of electrical infrastructure within the terminal

- Construct below ground ductwork routes

- Construct new roadway infrastructure

- Install mains water routes to serve fire hydrant infrastructure

- Construct new engineering workshop building

- Reconfigure below ground drainage infrastructure

- Install IT, comms and CCTV to suit reconfigured terminal

- Ground preparation and foundation works, including piling where required

The procurement of the gantry cranes themselves is the subject of a separate competition (Notice reference: 2023/S 000-029707).

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: £50,000,000

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

Duration in months

12

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: 4

Objective criteria for choosing the limited number of candidates:

The 6 highest ranked submissions that meet the Minimum Criteria (in accordance with the evaluation criteria) shall receive an ITN. Any Applicant that does not meet the Minimum Criteria shall be excluded and shall not progress further in the process.

two.2.10) Information about variants

Variants will be accepted: Yes

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.2.2) Time limit for receipt of tenders or requests to participate

Date

20 November 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