Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

PQQ PRINCIPAL CONTRACTOR ACCESS INFRASTRUCTURE, PEMBROKE DOCK MARINE

  • First published: 22 June 2020
  • Last modified: 03 September 2020

Contents

Summary

OCID:
ocds-kuma6s-102420
Published by:
Milford Haven Port Authority
Authority ID:
AA1129
Publication date:
22 June 2020
Deadline date:
02 September 2020
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The Access Infrastructure project is a key part of the Pembroke Dock Marine Development and will specifically include the construction of the following: 1) A new supersize access slipway, and 2) A new workboat berthing facility. The Port will shortly be appointing a Lead Consultant for the Detail Design for these structures and will subsequently issue an ITT for the Construction Works. Interested parties will be expected to have substantial experienced in the successful delivery of large Civil Engineering Marine projects. The PQQ documentation can be accessed by pasting the link below into your internet browser. https://mhpa.sharepoint.com/:f:/s/O365Tenders/En_IgcmurbtBj3BeOd7HXqsBIHSVtK9vF_u6DRTHASOnGQ?e=Zs6UJc CPV: 45200000, 45200000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Milford Haven Port Authority

Gorsewood Drive, Milford Haven

Pembrokeshire

SA73 3ER

UK

Telephone: +44 1646696100

E-mail: caroline.thomas@mhpa.co.uk

NUTS: UKL

Internet address(es)

Main address: www.mhpa.co.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA1129

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:

www.sell2wales.gov.wales


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.sell2wales.gov.wales


I.4) Type of the contracting authority

Other: Port

I.5) Main activity

Other: Pilotage Services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

PQQ PRINCIPAL CONTRACTOR ACCESS INFRASTRUCTURE, PEMBROKE DOCK MARINE

II.1.2) Main CPV code

45200000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The Access Infrastructure project is a key part of the Pembroke Dock Marine Development and will specifically include the construction of

the following:

1) A new supersize access slipway, and

2) A new workboat berthing facility.

The Port will shortly be appointing a Lead Consultant for the Detail Design for these structures and will subsequently issue an ITT for the

Construction Works. Interested parties will be expected to have substantial experienced in the successful delivery of large Civil

Engineering Marine projects.

The PQQ documentation can be accessed by pasting the link below into your internet browser.

https://mhpa.sharepoint.com/:f:/s/O365Tenders/En_IgcmurbtBj3BeOd7HXqsBIHSVtK9vF_u6DRTHASOnGQ?e=Zs6UJc

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45200000

II.2.3) Place of performance

NUTS code:

UKL1

II.2.4) Description of the procurement

The Port of Milford Haven is a trust port and is the UK’s top energy port and Wales’ busiest port handling around 20% of Britain’s seaborne trade in oil and gas. The Port of Milford Haven also owns and operates Pembroke Port and Milford Dock.

The Port of Milford Haven has prepared a Development Plan for the strategic improvement of Pembroke Port, aligning itself with the Swansea Bay City Deal, named Pembroke Dock Marine. This UK and Welsh Government supported project will support the diversification of a strategic UK fossil fuel energy hub into a centre for the renewable energy industry. This will protect both the region and UK in terms

of energy security, economy and inclusivity while also working towards achieving decarbonisation targets.

Pembroke Dock Marine comprises four separate but interrelated elements that together will build on an existing energy cluster that has grown around the Pembroke Dock area, in order to develop a world class centre for blue economic development.

The ERDF funded Pembroke Dock Access Infrastructure project is a key part of the Pembroke Marine Project and will specifically include

the construction of the following:

1) A new supersize access slipway, and

2) A new workboat berthing facility.

The Principal Contractor appointed must have substantial experience in the successful delivery of large Civil Engineering Marine Projects with a value in excess of 5 million GBP.

The slipway construction will involve demolition, capital dredging, piling, excavation, the construction of retaining walls and a new supersize concrete slipway together with associated Temporary works, repairs to existing Quay walls, electrical and water distribution,network communications, SCADA and CCTV/security systems and the sequencing of the construction works to minimise disruption to the existing slipway operations.

The new workboat facility will involve modification of the existing Tee-Head building structure and access facility, structural modifications to the existing Ferry Terminal dolphins, new structural steel installations, the provision and fixing of 140m of new pontoon mooring facilities and restraints, together with the installation of electrical and water distribution, network communications, SCADA and

CCTV/security systems.

The successful contractor will be appointed as the Principal Contractor and compliance with all H&S Environmental and Ecological legislation, WEFO and SBCD Procurement Procedures and Cross Cutting Themes will be mandatory.

The works will be undertaken under the NEC3 suite of contracts and the successful contractor will be expected to work collaboratively with the Client and the Engineering Design Consultants, Environmental and Ecological Consultants, Project Manager, NEC Supervisor and

Quantity Surveyor appointed by MHPA throughout the duration of the project.

Timescales:

It is anticipated the Construction Works contract will start in Q1 2021. However, ECI in the Design Process will be expected in Q4 2020.

Following evaluation of the PQQ returns it is envisaged a minimum number four and maximum number of 6 contractors will be invited to tender (ITT) for stage 2.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 4

Objective criteria for choosing the limited number of candidates:

This is stage 1 of a 2 stage process.

II.2.10) Information about variants

Variants will be accepted: No

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: Yes

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.8) Information about 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 OJ S:

2020/S 078-185445

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 31/07/2020

Local time: 08:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 14/08/2020

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The PQQ can be access at the following link:

https://mhpa.sharepoint.com/:f:/s/O365Tenders/En_IgcmurbtBj3BeOd7HXqsBIHSVtK9vF_u6DRTHASOnGQ?e=Zs6UJc

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=102420.

The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.gov.wales) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Criteria as stated in the procurement documents.

(WA Ref:102420)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

19/06/2020

Coding

Commodity categories

ID Title Parent category
45200000 Works for complete or part construction and civil engineering work Construction work

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
22 June 2020
Deadline date:
02 September 2020 00:00
Notice type:
02 Contract Notice
Authority name:
Milford Haven Port Authority
Publication date:
29 June 2020
Notice type:
14 Corrigendum
Authority name:
Milford Haven Port Authority
Publication date:
29 July 2020
Notice type:
14 Corrigendum
Authority name:
Milford Haven Port Authority
Publication date:
07 September 2020
Notice type:
03 Contract Award Notice - Incomplete Procedure
Authority name:
Milford Haven Port Authority

About the buyer

Main contact:
caroline.thomas@mhpa.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
25/06/2020 10:14
PQQ - removal of question 11.1 and amendment to question 14.5
Q11.1 This question will no longer be used, please disregard this question.

Q14.5 Question amended to: Please provide descriptive text detailing how Community Benefits have been provided on previous projects you have undertaken and briefly describe how you would propose to implement community benefits specific to this project.
30/06/2020 10:56
Submissions
Requests to participate to be submitted electronically to pdmpainfra.tenders@chandlerkbs.com

The deadline for receipt as 31st July 2020 at 8.00am.

Please email questions to pdmpainfra.tenders@chandlerkbs.com
01/07/2020 11:56
Q&A
1. Q11.1 The EU Contract Notice and text in the PQQ refers to this opportunity as a construction opportunity with the only contractor design responsibility being to work collaboratively with your appointed designer specifically at the ECI stage. However Q 11.1 appears to be at odds with this, requesting that bidders accept the novation of the Employers Design team within a design and build contract. Could you please clarify your intentions with respect to design responsibilities and the contractual mechanisms through which this will be achieved?

Answer: This question will no longer be used, please disregard this question.

2. Q 14.3 can you please clarify the meaning of the acronym “SBCDF” please?

Answer: SWANSEA BAY CITY DEAL FUNDING

3. Q 14.5 refers to “the requirements detailed in Community Benefits section 1.1.10 above” This information does not appear to be included within the PQQ document, could you advise where we can access this information?

Answer: (Question amended to) Please provide descriptive text detailing how Community Benefits have been provided on previous projects you have undertaken and briefly describe how you would propose to implement community benefits specific to this project.

4. Q 14.6 could you please clarify whether there is a maximum number of CVs we are permitted to include? Our interpretation at this stage is a maximum of 5 CVs across both ECI and Construction phases on the basis that most people will input into both stages.

Answer: There is no maximum number of CV’s but please limit the submission to Key Personnel.

5. Could you please confirm that requests to participate can be submitted electronically? Can you also confirm the deadline for receipt as 31st July 2020 at 8.00am?

Answer: Yes, requests to participate can be submitted electronically to pdmpainfra.tenders@chandlerkbs.com. The deadline for receipt is 31st July 2020 at 8.00am

6. Q14.1 please confirm if the 1000 word limit is per project or across all 3?

Answer: The 1000 word limit would be across all 3 projects.

09/07/2020 15:49
ADDED FILE: Access Infrastructure PQQ Question and Answer Schedule Rev. 0
Current Participant Question and Answer Schedule
15/07/2020 14:01
ADDED FILE: Access Infrastructure PQQ Question and Answer Schedule Rev. 1
Updated Query & Answer Schedule
20/07/2020 15:54
ADDED FILE: Access Infrastructure PQQ Question and Answer Schedule Rev. 2
Additional questions and responses
22/07/2020 18:07
ADDED FILE: Access Infrastructure PQQ Question and Answer Schedule Rev. 3
Revised Q&A with additional queries and responses.
24/07/2020 08:12
Notification of substantial revision to PQQ response requirements.
Notification of substantial revision to PQQ response requirements.
The following points concern the content of the PQQ responses.

1. Please be advised that Milford Haven Port Authority have made the following changes to the Prequalification Questionnaire (PQQ) which substantially revise and diminish the information required to be returned in response to the PQQ.

The changes reflect further consideration by MHPA of the necessary distinction between selection (PQQ) and award (ITT) stages in the procurement process of this Works Contract and are as follows:

Question 14.2 Project Risks and Challenges - No response required; question deleted.

Question 14.3 Delivery within Budget – Response required; question amended – refer to revised PQQ (PQQ Access Infrastructure Works Contract Rev. 4).

Question 14.4 Programme Management and Optimisation - No response required; question deleted.

Question 14. 5 Community Benefits - No response required; question deleted.

Question 14.6 Project People - No response required; question deleted.

Question 14.7 Project Plans - No response required; question deleted.

Question 14.8 Ethical Procurement - Response required; question amended – refer to revised PQQ (PQQ Access Infrastructure Works Contract Rev. 4).

2. Question 14.1 remains, is unamended, and requires a response.

3. The remaining questions in section 14 – 14.1, 14.3 and 14.8 have been assigned revised score percentages as set out in the Rev. 4 PQQ.

4. The final date and time for receipt of queries has been revised to 17.00 on Tuesday 28th July 2020. For the avoidance of doubt the deadline for receipt of PQQ returns remains unaltered.

These changes have been introduced into the Rev. 4 PQQ to be posted on the sell2wales website.

MHPA apologise for the late revision to requirements and thank Participants for their continued interest in the project’s procurement.

24/07/2020 10:09
ADDED FILE: Rev 4 Revised PQQ
PQQ Access Infrastructure Rev4
27/07/2020 12:22
Email address for submissions and maximum file size
Tender submissions must be issued to:

pdmpainfra.PQQreturns@chandlerkbs.com

The maximum file size per email is 25mb.
Deadline for return of completed PQQ responses: 31st July 2020 08.00 hours
27/07/2020 15:45
ADDED FILE: Notification of issue of Access Infrastructure PQQ Question and Answer Schedule Rev. 4
Updated Q&A Tracker
28/07/2020 12:42
ADDED FILE: Notification of issue of Access Infrastructure PQQ Question and Answer Schedule Rev. 5
Addition of Q&A Nr.27
03/09/2020 11:17
Notice Cancelled
This notice has been cancelled. The original deadline date of 31/07/2020 is no longer applicable.

The above procurement has been cancelled and will today, been relaunched following a fundamental addition to the scope of the works to be organised under lot 1. This is part of a fundamental reorganisation of the construction element of lots 1 and 2 which:

Detaches the infilling of the timber pond from lot 2 and introduces it as part of the lot 1 scope.

Re-organises the remaining lot 2 scope into two future packages – 2A ~ Land Remediation and Site Improvement Works and 2B ~ Graving Dock Infill and associated Works.

This communication concerns the first change which revises the scope of lot 1 to include the Slipway, Berthing Dock and Timber Pond infill into one package.

The addition of the Timber Pond significantly increases the value of the lot and represents a fundamental addition to scope which makes a relaunch of the lot 1 procurement both appropriate and obligatory in the context of the rules and requirements of a procurement conducted under the Utilities Contracts Regulations 2016.

The reason behind the decision to cancel the current competition and re-commence under the new scope is as follows:
At the time the lots were first organised, it was understood, on the basis of information then available, that the excavated material from Lot 1 Slipway Works was to be disposed of at sea, which informed the original division of work as between lots 1 and 2.
However, following consultation with Natural Resources Wales and the Scheme’s initial design development, it has become apparent that the excavated material can be utilised to the benefit of the wider scheme, in the bulk fill of the Timber Pond
MHPA recognise that there is a compelling logistical and contractual arguments for combining into one contract the bulk excavation requirement of the Slipway with the bulk crushing and fill requirement of the Timber Pond utilising (in part), the material from one to accommodate the requirements of the other which will assist not only with the programming and organisation of the work but also remove the very significant risk of two contractually separate works (and Contractors) each of which is dependent upon the other.

For these reasons, MHPA has concluded that, with the interests of the overall scheme paramount, the pragmatic course of action is to commence a new procurement process.

To this end, a new Contract Notice and associated PQQ will be issued via sell2Wales with a return date of October 5th 2020.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

docx
docx133.24 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.