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