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

3rd Party Labour

  • First published: 14 January 2024
  • Last modified: 14 January 2024

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)

Contents

Summary

OCID:
ocds-h6vhtk-03d526
Published by:
Peel Ports Investments Limited
Authority ID:
AA80248
Publication date:
14 January 2024
Deadline date:
12 February 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The core requirement of this procurement is to put in place a framework for the delivery of third party labour services. A range of roles are required and whilst there are some common roles across the Peel Ports business, there are also differences on a location by location basis. The roles to be provided are as follows

Supervisor

Crane Operator/Driver

Deck hand

Delivery - Forklift Truck (28t)

Payloader operator

Weighbridge Operator

Excavator Operator

Control Room Operator

Labourer

Delivery - Checker

Cargo Administrator

Vessel - Forklift Truck

Laydown

Gantry

Vessel - Hold

Quay/Choc/Cleaner

Tug Driver

Admin/Weighbridge Operator

BMH

Bobcat/Skidsteer

Operational Cleaner

Excavator

Hopper

Labourer

Payloader

RTITB Trainer

Traffic Marshall

The provider of the labour services must give due consideration to the following factors;

- AWR (Agency Workers Regulations)

- Training and Competency

- Communication

- Compliance with the Working Time Directive

- Regular Contract Review

- >95% Fulfilment Rate

- Labour pool size visibility

- Medical

o Lung function tests

o Drug and alcohol testing

o Return to Work process

- Multi Skilled Operatives

- Back office support

o Out of hours cover

o HR Management

o Performance Reporting

o Account Management

- PPE and RPE (Respiratory) provision

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Peel Ports Investments Limited

5433920

Maritime Centre

Liverpool

L21 1LA

UK

Contact person: Michelle Nesbit

Telephone: +44 1519496736

E-mail: michelle.nesbit@peelports.com

NUTS: UKD7

Internet address(es)

Main address: https://www.peelports.com

Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/91299

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=77028&B=PEELPORTS


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=77028&B=PEELPORTS


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

3rd Party Labour

Reference number: PPIL/F0137/

II.1.2) Main CPV code

79620000

 

II.1.3) Type of contract

Services

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.

At Peel Ports we’re more than just a series of ports, we are an integral part of our customer’s supply chain. We want the network that serves our customers to be efficient, cost-effective, sustainable and problem-free.

In order to meet our customers' expectations, we are looking to establish a lasting relationship with one or more contract labour service partners to enable us to help us in delivering and improving our vital services flexibly in the years to come.

II.1.5) Estimated total value

Value excluding VAT: 47 200 000.00  GBP

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 - Mersey

II.2.2) Additional CPV code(s)

79620000

II.2.3) Place of performance

NUTS code:

UKD7


Main site or place of performance:

Port of Liverpool

II.2.4) Description of the procurement

The core requirement of this procurement is to put in place a framework for the delivery of third party labour services. A range of roles are required and whilst there are some common roles across the Peel Ports business, there are also differences on a location by location basis. The roles to be provided are as follows

Supervisor

Crane Operator/Driver

Deck hand

Delivery - Forklift Truck (28t)

Payloader operator

Weighbridge Operator

Excavator Operator

Control Room Operator

Labourer

Delivery - Checker

Cargo Administrator

Vessel - Forklift Truck

Laydown

Gantry

Vessel - Hold

Quay/Choc/Cleaner

Tug Driver

Admin/Weighbridge Operator

BMH

Bobcat/Skidsteer

Operational Cleaner

Excavator

Hopper

Labourer

Payloader

RTITB Trainer

Traffic Marshall

The provider of the labour services must give due consideration to the following factors;

- AWR (Agency Workers Regulations)

- Training and Competency

- Communication

- Compliance with the Working Time Directive

- Regular Contract Review

- >95% Fulfilment Rate

- Labour pool size visibility

- Medical

o Lung function tests

o Drug and alcohol testing

o Return to Work process

- Multi Skilled Operatives

- Back office support

o Out of hours cover

o HR Management

o Performance Reporting

o Account Management

- PPE and RPE (Respiratory) provision

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: 30 400 000.00  GBP

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

Duration in months: 96

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The contract will be for an initial fixed term of four years with options to extend by a further four years in one year increments.

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 No: 2

II.2.1) Title

Lot 2a Medway General

II.2.2) Additional CPV code(s)

79620000

II.2.3) Place of performance

NUTS code:

UKJ41


Main site or place of performance:

Port of Sheerness

II.2.4) Description of the procurement

The core requirement of this procurement is to put in place a framework for the delivery of third party labour services. A range of roles are required and whilst there are some common roles across the Peel Ports business, there are also differences on a location by location basis. The roles to be provided are as follows

Supervisor

Crane Operator/Driver

Deck hand

Delivery - Forklift Truck (28t)

Payloader operator

Weighbridge Operator

Excavator Operator

Control Room Operator

Labourer

Delivery - Checker

Cargo Administrator

Vessel - Forklift Truck

Laydown

Gantry

Vessel - Hold

Quay/Choc/Cleaner

Tug Driver

The provider of the labour services must give due consideration to the following factors;

- AWR (Agency Workers Regulations)

- Training and Competency

- Communication

- Compliance with the Working Time Directive

- Regular Contract Review

- >95% Fulfilment Rate

- Labour pool size visibility

- Medical

o Lung function tests

o Drug and alcohol testing

o Return to Work process

- Multi Skilled Operatives

- Back office support

o Out of hours cover

o HR Management

o Performance Reporting

o Account Management

- PPE and RPE (Respiratory) provision

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: 9 600 000.00  GBP

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

Duration in months: 96

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The contract will be for an initial fixed term of four years with options to extend by a further four years in one year increments.

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 No: 3

II.2.1) Title

Lot 2b - Medway Automotive

II.2.2) Additional CPV code(s)

79620000

II.2.3) Place of performance

NUTS code:

UKJ41


Main site or place of performance:

Port of Sheerness

II.2.4) Description of the procurement

The core requirement of this procurement is to put in place a framework for the delivery of third party labour services. A range of roles are required and whilst there are some common roles across the Peel Ports business, there are also differences on a location by location basis. The roles to be provided are as follows

Supervisor

Automotive

The provider of the labour services must give due consideration to the following factors;

- AWR (Agency Workers Regulations)

- Training and Competency

- Communication

- Compliance with the Working Time Directive

- Regular Contract Review

- >95% Fulfilment Rate

- Labour pool size visibility

- Medical

o Lung function tests

o Drug and alcohol testing

o Return to Work process

- Multi Skilled Operatives

- Back office support

o Out of hours cover

o HR Management

o Performance Reporting

o Account Management

- PPE and RPE (Respiratory) provision

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: 7 200 000.00  GBP

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

Duration in months: 96

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The contract will be for an initial fixed term of four years with options to extend by a further four years in one year increments.

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.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.1.4) Objective rules and criteria for participation

As detailed in the procurement documentation

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

As detailed in the procurement documentation

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As detailed in the procurement documentation

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with a single operator.

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:

2023/S 000-016452

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

Date: 12/02/2024

Local time: 10:30

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.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

VI.5) Date of dispatch of this notice

12/01/2024

Coding

Commodity categories

ID Title Parent category
79620000 Supply services of personnel including temporary staff Recruitment services

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:
michelle.nesbit@peelports.com
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.