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
+447 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=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