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.

Contract Notice

ABP Operational Temporary Labour

  • First published: 26 February 2025
  • Last modified: 26 February 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04dad7
Published by:
Associated British Ports
Authority ID:
AA20591
Publication date:
26 February 2025
Deadline date:
03 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This two stage procurement event is for the provision of Temporary Labour for ABP. Potential suppliers are asked to complete this PQQ within 30 days, followed by a shortlisting process leading to an ITN which will launch on 04/04/2025 and run for 30 days. The supplier(s) will be the sole provider of labour requirements with the exception of ABP staff labour.Sub-contracting ArrangementsPlease provide relevant company / organisation name, the composition of the supply chain, indicating which member of the supply chain will be responsible for the elements of the requirement.(For example; Any support resources that are not a direct employee of your company are likely to be subcontracted labour)(Note: ultimate responsibility lies with the prime contractor).ABP may ask to see the accounts for each subcontractor listed, so it is advisable that your organisation / company ensure that they can be made available upon request.The key aims of this two-stage procurement event for Temp

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Associated British Ports

Dock Office,

Immingham

DN40 2LZ

UK

Contact person: Richard Claridge

E-mail: procurement@abports.co.uk

NUTS: UK

Internet address(es)

Main address: https://in-tendhost.co.uk/abp/aspx/Tenders/Current

Address of the buyer profile: https://in-tendhost.co.uk/abp/aspx/Tenders/Current

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://in-tendhost.co.uk/abp/aspx/Tenders/Current


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://in-tendhost.co.uk/abp/aspx/Tenders/Current


Tenders or requests to participate must be sent to the abovementioned address


I.6) Main activity

Port-related activities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

ABP Operational Temporary Labour

Reference number: FMP-GRP-25/1007

II.1.2) Main CPV code

63721000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This two stage procurement event is for the provision of Temporary Labour for ABP. Potential suppliers are asked to complete this PQQ within 30 days, followed by a shortlisting process leading to an ITN which will launch on 04/04/2025 and run for 30 days. The supplier(s) will be the sole provider of labour requirements with the exception of ABP staff labour.Sub-contracting ArrangementsPlease provide relevant company / organisation name, the composition of the supply chain, indicating which member of the supply chain will be responsible for the elements of the requirement.(For example; Any support resources that are not a direct employee of your company are likely to be subcontracted labour)(Note: ultimate responsibility lies with the prime contractor).ABP may ask to see the accounts for each subcontractor listed, so it is advisable that your organisation / company ensure that they can be made available upon request.The key aims of this two-stage procurement event for Temp

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 – Humber - General Stevedoring

II.2.2) Additional CPV code(s)

63721000

II.2.3) Place of performance

NUTS code:

UKE


Main site or place of performance:

II.2.4) Description of the procurement

Lot 1 – Humber - General Stevedoring• Tier 1 Stevedoring (General Stevedore, and General Duties)• Tier 2 Stevedoring (Advanced Stevedore, Forklift Truck (B1, B2 & B2) Operator, and Skidsteer Operator)• Tier 3 Stevedoring (Tug Operator, and Reachstacker Operator)• Tier 4 Stevedoring (Crane Operator)

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: 24

This contract is subject to renewal: Yes

Description of renewals:

Initial Contract for 2 year Period with a 1 year extension

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: No

II.2.14) Additional information

Lot No: 2

II.2.1) Title

Lot 2 – Humber - Border Control Post

II.2.2) Additional CPV code(s)

63721000

II.2.3) Place of performance

NUTS code:

UKE


Main site or place of performance:

II.2.4) Description of the procurement

Lot 2 – Humber - Border Control Post• Border Control Post Operators• Border Control Post Administrator

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: 24

This contract is subject to renewal: Yes

Description of renewals:

Initial 24 month contract with 12 month extension option

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: No

II.2.14) Additional information

Lot No: 3

II.2.1) Title

Lot 3 – Humber - Shovel & Tug-Tipper

II.2.2) Additional CPV code(s)

63721000

II.2.3) Place of performance

NUTS code:

UKE


Main site or place of performance:

II.2.4) Description of the procurement

Lot 3 – Humber - Shovel & Tug-Tipper• Shovel Operative• Tug Tipper Operative

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: 24

This contract is subject to renewal: Yes

Description of renewals:

Initial 24 month contract with 12 extension possible

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: No

II.2.14) Additional information

Lot No: 4

II.2.1) Title

Lot 4 – Humber - Industrial Admin.

II.2.2) Additional CPV code(s)

63721000

II.2.3) Place of performance

NUTS code:

UKE


Main site or place of performance:

II.2.4) Description of the procurement

Lot 4 – Humber - Industrial Admin.• Administrative Assistant, and Weighbridge Operator

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: 24

This contract is subject to renewal: Yes

Description of renewals:

Initial 24 month contract with a 12 month extension possible

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: No

II.2.14) Additional information

Lot No: 5

II.2.1) Title

Lot 5 – Humber - Industrial Cleaning

II.2.2) Additional CPV code(s)

63721000

II.2.3) Place of performance

NUTS code:

UKE


Main site or place of performance:

II.2.4) Description of the procurement

Lot 5 – Humber - Industrial Cleaning• Industrial Cleaning Operative

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: 24

This contract is subject to renewal: Yes

Description of renewals:

Initial 24 month contract with a 12 month extension possible

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: No

II.2.14) Additional information

Lot No: 6

II.2.1) Title

Lot 6 – Humber & East Anglia – Bagging

II.2.2) Additional CPV code(s)

63721000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

II.2.4) Description of the procurement

Lot 6 – Humber & East Anglia – Bagging• Bagging Team o 2 bagging operatives (General Duties)o 1 shovel drivero 1 B2 forklift drivero 1 operative trained within the team to operate a skid steero 1 operative will be allocated as a leading hand

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: 24

This contract is subject to renewal: Yes

Description of renewals:

Initial 24 moth contract with 12 month extension possible

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: No

II.2.14) Additional information

Lot No: 7

II.2.1) Title

Lot 7 – Soton. - Auto Stevedoring

II.2.2) Additional CPV code(s)

63721000

II.2.3) Place of performance

NUTS code:

UKJ32


Main site or place of performance:

II.2.4) Description of the procurement

Lot 7 – Soton. - Auto Stevedoring • Driver (Automotive)• Driver (Minibus)• Lasher

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: 24

This contract is subject to renewal: Yes

Description of renewals:

Initial 24 month contract with a 12 month extension

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: No

II.2.14) Additional information

Lot No: 8

II.2.1) Title

Lot 8 – NW & Scotland - Land & Marine

II.2.2) Additional CPV code(s)

63721000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

II.2.4) Description of the procurement

Lot 8 – NW & Scotland - Land & Marine• Mooring and Berthing• Stevedoring

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: 24

This contract is subject to renewal: Yes

Description of renewals:

Initial 24 month contract with 12 extension possible

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: No

II.2.14) Additional information

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

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

Negotiated with call for competition

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date: 03/03/2025

Local time: 12:00

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

Date: 04/04/2025

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: Yes

Estimated timing for further notices to be published:

2027

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

High Court Of Justice

Royal Courts of Justice, Strand

London

WC2A2LL

UK

VI.4.2) Body responsible for mediation procedures

Macfarlanes LLP

20 Cursitor Street

London

EC4A1LT

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

VI.4.4) Service from which information about the review procedure may be obtained

Associated British Ports

25 Bedford Street

London

WC2E 9ES

UK

VI.5) Date of dispatch of this notice

31/01/2025

Coding

Commodity categories

ID Title Parent category
63721000 Port and waterway operation services and associated services Support services for water transport

Delivery locations

ID Description
100 UK - All

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.

About the buyer

Main contact:
procurement@abports.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.