Contract notice - utilities

Information

Published

Expire date: 04/07/2022

External Reference: 2022-581284

FTS Reference: 2022-012551

Contract notice - utilities

Contract notice – utilities

Services

Section I: Contracting entity

I.1)

Name and addresses

Peel Ports Investments Limited
5433920
Maritime Centre
Liverpool
L21 1LA
UK
Contact person: Linda Robinson
Telephone: +44 7920501984
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.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=47124&B=PEELPORTS
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.6)

Main activity

Port-related activities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Engineering Consultancy, Project Management & Quantity Surveyor Services
Reference number:  PPIL/F0099/PRO92
II.1.2)

Main CPV code

79415200  -  Design consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Peel Ports owns and operates six of the UK’s most important ports (Port of Liverpool, Heysham Port, Manchester Ship Canal, Medway (Sheerness / Chatham), Clydeport (Greenock, Hunterston, Ardrossan) and Great Yarmouth). It also operates a container terminal in Dublin.
Peel Ports requires consultancy firms to provide services that cover a variety of disciplines (as identified in the Scope & Specification) which are deployed onto specific capital projects, studies and feasibility work. The skills required within each discipline include project management, engineering advice, design work and health and safety guidance.
Peel Ports also requires temporary services predominantly in project management and quantity surveying roles, where supplier personnel are situated within the capital projects team to assist with the progression of projects and provide commercial support in a timely and effective manner.
II.1.5)

Estimated total value

Value excluding VAT: 12808000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Engineering Consultancy
Lot No:  1
II.2.2)

Additional CPV code(s)

71311000  -  Civil engineering consultancy services
71312000  -  Structural engineering consultancy services
71313000  -  Environmental engineering consultancy services
71317210  -  Health and safety consultancy services
71322100  -  Quantity surveying services for civil engineering works
71324000  -  Quantity surveying services
71332000  -  Geotechnical engineering services
71351200  -  Geological and geophysical consultancy services
71354500  -  Marine survey services
71541000  -  Construction project management services
72224000  -  Project management consultancy services
79620000  -  Supply services of personnel including temporary staff
79623000  -  Supply services of commercial or industrial workers
90713000  -  Environmental issues consultancy services
98360000  -  Marine services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Peel Ports requires consultancy firms to provide services that cover a variety of disciplines (as identified in the Scope & Specification) which are deployed onto specific capital projects, studies and feasibility work. The skills required within each discipline include project management, engineering advice, design work and health and safety guidance.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 9272000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 12
Objective criteria for choosing the limited number of candidates:
With reference to Lot 1 – Engineering Consultancy, the twelve 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.
In the event of a draw for 12th place under Lot 1 all Applicants tied shall receive an ITN.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Frameworks shall be let for an initial fixed term of 3 years with options to extend up to 8 years in 1 year increments.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Project Management & Quantity Surveyor Services
Lot No:  2
II.2.2)

Additional CPV code(s)

71311000  -  Civil engineering consultancy services
71312000  -  Structural engineering consultancy services
71313000  -  Environmental engineering consultancy services
71317210  -  Health and safety consultancy services
71322100  -  Quantity surveying services for civil engineering works
71324000  -  Quantity surveying services
71332000  -  Geotechnical engineering services
71351200  -  Geological and geophysical consultancy services
71354500  -  Marine survey services
71541000  -  Construction project management services
72224000  -  Project management consultancy services
79620000  -  Supply services of personnel including temporary staff
79623000  -  Supply services of commercial or industrial workers
90713000  -  Environmental issues consultancy services
98360000  -  Marine services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Peel Ports requires temporary services predominantly in project management and quantity surveying roles, where supplier personnel are situated within the capital projects team to assist with the progression of projects and provide commercial support in a timely and effective manner.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 3536000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: no
II.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:
With reference to Lot 2 – Project Management & Quantity Surveying Services, the five 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.
In the event of a draw for 5th place for Lot 2, all Applicants tied shall receive an ITN.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Frameworks shall be let for an initial fixed term of 3 years with options to extend up to 8 years in 1 year increments.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  7
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the FTS: 2022/S 000-004948
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  06/06/2022
Local time:  14:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

The envisaged number of awards is 5 for Lot 1 and 2 for Lot 2.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales - Technology and Construction Court
7 Rolls Buildings, Fetter Lane
London
EC4A 1NL
UK