Periodic indicative Notice - Utilities

Information

Published

Expire date: 12/04/2023

External Reference: 2023-543660

FTS Reference: 2023-008685

Periodic indicative Notice - Utilities

Periodic indicative notice – utilities

This notice is a periodic indicative notice only

Works

Section I: Contracting entity

I.1)

Name and addresses

Peel Ports Investments Limited
5433920
Maritime Centre
Liverpool
L21 1LA
UK
Contact person: Ally Patching
Telephone: +44 151949620
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

Additional information can be obtained from
the abovementioned address:  
I.6)

Main activity

Port-related activities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Civil Engineering Construction Framework Agreement
Reference number:  PPIL/FR0124/PR0124/
II.1.2)

Main CPV code

45200000  -  Works for complete or part construction and civil engineering work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Peel Ports are conducting market research with a view to the procurement of contractors to enter into Partnering Frameworks lasting up to 8 years. The frameworks will deliver Civil Engineering and Construction works under the NEC 3 form of contract on a design and build basis. Typical works will be comprised of:
- Drainage and Road Construction New and Maintenance,
- Earthworks and Ground Remediation,
- Bridgeworks Refurbishments,
- Piling Marine and Landside,
- Marine asset renewal and refurbishment,
- Lock Gates,
- Sluice Gates,
- Quay Walls,
- RoRo Facilities,
- Berthing Furniture and Bollards, and all Ship to Shore requirements,
- Foundations,
- RC and PCC Retaining Structures,
- Warehousing and General Buildings New Build and Maintenance,
- Rail enabling works,
- Goods Handling Platforms,
- Storage Depots.
The Partnering Framework will align with the four locations within the UK where Peel Ports strategic assets are located.
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

45110000  -  Building demolition and wrecking work and earthmoving work
45213200  -  Construction work for warehouses and industrial buildings
45221110  -  Bridge construction work
45223500  -  Reinforced-concrete structures
45232450  -  Drainage construction works
45233000  -  Construction, foundation and surface works for highways, roads
45234100  -  Railway construction works
45234112  -  Railway depot construction work
45244000  -  Marine construction works
45262310  -  Reinforced-concrete work
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

A key aspect of the CEC Framework is that all schemes going through it are intended to be delivered by adopting a common approach, using standard documentation, standard procedures and a standard output specifications. Framework Partners appointed to the CEC Framework will develop this approach to ensure that the core output, namely better functioning facilities for delivering port services needs and wider business, stakeholders, and community provision, will achieve price efficiency and value for money.
The full scope of works will be set out in the tender documentation, however to aid the design of the procurement, Peel Ports are asking the supply chain who would wish to be part of the Peel Ports CEC Framework to indicate the technical, commercial and geographic areas of interest specific to them.
Commercial Banding -
Band 1 £0 - £1m
Band 2 £1m - £4.6m
Band 3 £4.6m – Above
Geographic Banding -
North West (Port of Liverpool - Manchester Ship Canal - Heysham Port)
South East & Southern (Sheerness – Great Yarmouth – Chatham)
Scotland Central & West (KGV (King George V) – Rothesay – Inchgreen – GOT (Greenock Ocean Terminal) – Hunterston – Ardrossan)
Dublin (Dublin)
Technical Banding -
• Drainage and Road Construction New and Maintenance
• Earthworks and Ground Remediation
• Bridgeworks Refurbishments
• Piling Marine and Landside
• Marine asset renewal and refurbishment, Lock Gates, Sluice Gates, Quay Walls, RoRo Facilities, Berthing Furniture and Bollards, and all Ship to Shore requirements
• Foundations, RC and PCC Retaining Structures
• Warehousing and General Buildings New Build and Maintenance
• Rail enabling works, Goods Handling Platforms, and Storage Depots
Key Requirements of the Framework -
First Class approach towards the delivery of H&S, Quality, Environmental, and Wellbeing
Collaborative Partnering Community Approach
Managing for Efficiency and Effectiveness
Leading Innovation and Change, including implementation
Application of Lean Production and Improvement Methodologies
Problem solving and decision making
Setting Framework KPI’s and KPM’s
Commitment towards PPG Carbon Neutral Commitment by 2040
Sustainable, Measurable Design, demonstrating Carbon Reduction, Lean Construction Methods, and Whole Life Cycle Enhancements
Agility towards the everchanging level of workloads and work types
Commercial -
Application and thinking
Value for money through a collaborative approach
Openness and transparency
Effective Engagement Management
Communication
Enhancing Performance
Time Management
Continual Development
Dealing with Conflict
Policies and Processes
Value -
Anticipated annual spend:
Band 1 £20m
Band 2 £30m
Band 3 £80m
II.3)

Estimated date of publication of contract notice:

21/04/2023

Section IV: Procedure

IV.1)

Description

IV.1.8)

Information about the Government Procurement Agreement (GPA)

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

Administrative information

Section VI: Complementary information

VI.3)

Additional information

If you have experience in this area please could you please complete the response matrix located on the documents section of the Peel Ports Procurement portal and submit to the Peel Ports Sourcing Team mailbox:
sourcing@peelports.com
• Company Name
• Contact details, including location telephone and e-mail address, main point of contact and position in Company
• A short description (1-2 paragraphs) of your Company’s capabilities in this area.
• The completed CEC market test survey document
• The completed CEC market testing survey document
The closing date for responses is 12/04/23