Contract notice - utilities

Information

Published

Expire date: 20/11/2023

External Reference: 2023-563100

FTS Reference: 2023-031784

Contract notice - utilities

Contract notice – utilities

Works

Section I: Contracting entity

I.1)

Name and addresses

The Mersey Docks and Harbour Company Limited
07438262
Maritime Centre
Liverpool
L21 1LA
UK
Contact person: Linda Robinson
Telephone: +447 7920501984
NUTS code:  UKD7 -  Merseyside
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=74387&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

RSCT T1 Optimisation
Reference number:  MDHC/C0139
II.1.2)

Main CPV code

45222000  -  Construction work for engineering works except bridges, tunnels, shafts and subways
II.1.3)

Type of contract

Works
II.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.
II.1.5)

Estimated total value

Value excluding VAT: 50000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45222000  -  Construction work for engineering works except bridges, tunnels, shafts and subways
II.2.3)

Place of performance

NUTS code:  UKD7 -  Merseyside
Main site or place of performance:  
Port of Liverpool
II.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).
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: 50000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
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: 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.
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: no
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.1.8)

Information about the Government Procurement Agreement (GPA)

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

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  20/11/2023
Local time:  10:30
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.4)

Procedures for review

VI.4.1)

Review body

The High Court of England and Wales
Technology & Construction Court, Rolls House, 7 Rolls Buildings,
London
EC4A 1NL
UK