II.1)
Scope of the procurement
General Construction and Marine Construction Frameworks
Reference number:
PPIL/F0149/
45200000
-
Works for complete or part construction and civil engineering work
Works
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 are implementing a series of group construction frameworks to help improve efficiency of delivery through collaboration and early engagement with our supply chain and to gain benefits from the optimisation of design and construction best practices and solutions. Group Construction Frameworks will deliver best value, cost surety with improved levels of service and performance, quality, programme delivery and client satisfaction whilst maintaining a safe and sustainable environment and culture.
Peel Ports have appointed suitably qualified and experienced organisations to provide design and construction services and works for marine and general engineering projects both nationally and locally.
II.1.6)
Information about lots
This contract is divided into lots:
yes
II.1.7)
Total value of the procurement
( Agree to publish? yes )
Value excluding VAT:
750000000.00
GBP
Lot 1NW - North West General Construction
Lot No:
1NW
II.2.2)
Additional CPV code(s)
45110000
-
Building demolition and wrecking work and earthmoving work
45113000
-
Siteworks
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
45262310
-
Reinforced-concrete work
II.2.3)
Place of performance
NUTS code:
UKD -
NORTH WEST (ENGLAND)
Main site or place of performance:
Port of Liverpool
II.2.4)
Description of the procurement
Successful Tenderers under this lot will be required to provide Port Centric Construction Services in the North West of England.
Typical General Construction Projects will include:
- Drainage, construction and maintenance of new and existing roads and carparks
- Earthworks and ground remediation
- Foundations and piling
- Construction, maintenance and refurbishment of new and existing warehouses
- Paving, surfacing and concrete works
- Rail Construction
- Bridge Construction and refurbishment
- Demolition
- Steel Fabrication
- Mechanical, Electrical, Instrumentation, Control and Automation (MEICA)
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical
/
Weighting:
70
Cost criterion
-
Name:
Commercial
/
Weighting:
30
II.2.11)
Information about options
Options:
yes
Description of options:
Frameworks have been awarded for a maximum of eight years with an initial fixed term of four years with two optional extension periods, each of two years.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Lot 1SE - South East General Construction
Lot No:
1SE
II.2.2)
Additional CPV code(s)
45110000
-
Building demolition and wrecking work and earthmoving work
45113000
-
Siteworks
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
45262310
-
Reinforced-concrete work
II.2.3)
Place of performance
NUTS code:
UKJ -
SOUTH EAST (ENGLAND)
Main site or place of performance:
Port of Sheerness
II.2.4)
Description of the procurement
Successful Tenderers under this lot will be required to provide Port Centric Construction Services in the South East of England.
Typical General Construction Projects will include;
- Drainage, construction and maintenance of new and existing roads and carparks
- Earthworks and ground remediation
- Foundations and piling
- Construction, maintenance and refurbishment of new and existing warehouses
- Paving, surfacing and concrete works
- Rail Construction
- Bridge Construction and refurbishment
- Demolition
- Steel Fabrication
- Mechanical, Electrical, Instrumentation, Control and Automation (MEICA)
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical
/
Weighting:
70
Cost criterion
-
Name:
Commercial
/
Weighting:
30
II.2.11)
Information about options
Options:
yes
Description of options:
Frameworks have been awarded for a maximum of eight years with an initial fixed term of four years with two optional extension periods, each of two years.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Lot 1SC - Scotland General Construction
Lot No:
1SC
II.2.2)
Additional CPV code(s)
45110000
-
Building demolition and wrecking work and earthmoving work
45113000
-
Siteworks
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
45262310
-
Reinforced-concrete work
II.2.3)
Place of performance
NUTS code:
UKM -
SCOTLAND
Main site or place of performance:
Glasgow and Strathclyde
II.2.4)
Description of the procurement
Successful Tenderers under this lot will be required to provide Port Centric Construction Services in Scotland.
Typical General Construction Projects will include;
- Drainage, construction and maintenance of new and existing roads and carparks
- Earthworks and ground remediation
- Foundations and piling
- Construction, maintenance and refurbishment of new and existing warehouses
- Paving, surfacing and concrete works
- Rail Construction
- Bridge Construction and refurbishment
- Demolition
- Steel Fabrication
- Mechanical, Electrical, Instrumentation, Control and Automation (MEICA)
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical
/
Weighting:
70
Cost criterion
-
Name:
Commercial
/
Weighting:
30
II.2.11)
Information about options
Options:
yes
Description of options:
Frameworks have been awarded for a maximum of eight years with an initial fixed term of four years with two optional extension periods, each of two years.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Lot 1DU - Dublin General Construction
Lot No:
1DU
II.2.2)
Additional CPV code(s)
45110000
-
Building demolition and wrecking work and earthmoving work
45113000
-
Siteworks
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
45262310
-
Reinforced-concrete work
II.2.3)
Place of performance
NUTS code:
IE061 -
Dublin
Main site or place of performance:
Dublin Port
II.2.4)
Description of the procurement
Successful Tenderers under this lot will be required to provide Port Centric Construction Services in Dublin in the Republic of Ireland.
Typical General Construction Projects will include;
- Drainage, construction and maintenance of new and existing roads and carparks
- Earthworks and ground remediation
- Foundations and piling
- Construction, maintenance and refurbishment of new and existing warehouses
- Paving, surfacing and concrete works
- Rail Construction
- Bridge Construction and refurbishment
- Demolition
- Steel Fabrication
- Mechanical, Electrical, Instrumentation, Control and Automation (MEICA)
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical
/
Weighting:
70
Cost criterion
-
Name:
Commercial
/
Weighting:
30
II.2.11)
Information about options
Options:
yes
Description of options:
Frameworks have been awarded for a maximum of eight years with an initial fixed term of four years with two optional extension periods, each of two years.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Lot 2NW - North West Marine Construction
Lot No:
2NW
II.2.2)
Additional CPV code(s)
45244000
-
Marine construction works
II.2.3)
Place of performance
NUTS code:
UKD -
NORTH WEST (ENGLAND)
Main site or place of performance:
Port of Liverpool
II.2.4)
Description of the procurement
Successful Tenderers under this lot will be required to provide Port Centric Marine Construction Services in the North West of England.
Typical Marine Construction Projects will include;
- Enabling Works
- Demolition
- Piling Works
- Fenders/Jetty’s/Dolphins and berth furniture
- Foundations
- Revetments/Quay Walls
- Drainage and utilities
- Concrete and RC Concrete
- Land Remediation
- Earthworks
- Surfacing Works (including roads and pavements)
- Bridge/Linkspan Construction
- Steel Works
- Mechanical, Electrical, Instrumentation, Control and Automation (MEICA)
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical
/
Weighting:
70
Cost criterion
-
Name:
Commercial
/
Weighting:
30
II.2.11)
Information about options
Options:
yes
Description of options:
Frameworks have been awarded for a maximum of eight years with an initial fixed term of four years with two optional extension periods, each of two years.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Lot 2SE - South East Marine Construction
Lot No:
2SE
II.2.2)
Additional CPV code(s)
45244000
-
Marine construction works
II.2.3)
Place of performance
NUTS code:
UKJ -
SOUTH EAST (ENGLAND)
Main site or place of performance:
Port of Sheerness
II.2.4)
Description of the procurement
Successful Tenderers under this lot will be required to provide Port Centric Marine Construction Services in the South East of England.
Typical Marine Construction Projects will include;
- Enabling Works
- Demolition
- Piling Works
- Fenders/Jetty’s/Dolphins and berth furniture
- Foundations
- Revetments/Quay Walls
- Drainage and utilities
- Concrete and RC Concrete
- Land Remediation
- Earthworks
- Surfacing Works (including roads and pavements)
- Bridge/Linkspan Construction
- Steel Works
- Mechanical, Electrical, Instrumentation, Control and Automation (MEICA)
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical
/
Weighting:
70
Cost criterion
-
Name:
Commercial
/
Weighting:
30
II.2.11)
Information about options
Options:
yes
Description of options:
Frameworks have been awarded for a maximum of eight years with an initial fixed term of four years with two optional extension periods, each of two years.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Lot 2SC - Scotland Marine Construction
Lot No:
2SC
II.2.2)
Additional CPV code(s)
45244000
-
Marine construction works
II.2.3)
Place of performance
NUTS code:
UKM -
SCOTLAND
Main site or place of performance:
Glasgow and Strathclyde
II.2.4)
Description of the procurement
Successful Tenderers under this lot will be required to provide Port Centric Marine Construction Services in Scotland.
Typical Marine Construction Projects will include;
- Enabling Works
- Demolition
- Piling Works
- Fenders/Jetty’s/Dolphins and berth furniture
- Foundations
- Revetments/Quay Walls
- Drainage and utilities
- Concrete and RC Concrete
- Land Remediation
- Earthworks
- Surfacing Works (including roads and pavements)
- Bridge/Linkspan Construction
- Steel Works
- Mechanical, Electrical, Instrumentation, Control and Automation (MEICA)
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical
/
Weighting:
70
Cost criterion
-
Name:
Commercial
/
Weighting:
30
II.2.11)
Information about options
Options:
yes
Description of options:
Frameworks have been awarded for a maximum of eight years with an initial fixed term of four years with two optional extension periods, each of two years.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Lot 3 - National Major Works
Lot No:
3
II.2.2)
Additional CPV code(s)
45110000
-
Building demolition and wrecking work and earthmoving work
45113000
-
Siteworks
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
Main site or place of performance:
UK and Ireland
II.2.4)
Description of the procurement
Successful Tenderers under this lot will be required to provide Major Works in the areas of General and Marine Construction in the the UK and Ireland.
Typical General Construction Projects will include;
- Drainage, construction and maintenance of new and existing roads and carparks
- Earthworks and ground remediation
- Foundations and piling
- Construction, maintenance and refurbishment of new and existing warehouses
- Paving, surfacing and concrete works
- Rail Construction
- Bridge Construction and refurbishment
- Demolition
- Steel Fabrication
- Mechanical, Electrical, Instrumentation, Control and Automation (MEICA)
Typical Marine Construction Projects will include;
- Enabling Works
- Demolition
- Piling Works
- Fenders/Jetty’s/Dolphins and berth furniture
- Foundations
- Revetments/Quay Walls
- Drainage and utilities
- Concrete and RC Concrete
- Land Remediation
- Earthworks
- Surfacing Works (including roads and pavements)
- Bridge/Linkspan Construction
- Steel Works
- Mechanical, Electrical, Instrumentation, Control and Automation (MEICA)
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical
/
Weighting:
70
Cost criterion
-
Name:
Commercial
/
Weighting:
30
II.2.11)
Information about options
Options:
yes
Description of options:
Frameworks have been awarded for a maximum of eight years with an initial fixed term of four years with two optional extension periods, each of two years.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no