The procurement documents are available for unrestricted and full direct access, free of charge at:
Lot No: 1NW
II.2.1) Title
Lot 1NW - North West General Construction
II.2.2) Additional CPV code(s)
45110000
45113000
45213200
45221110
45223500
45232450
45233000
45262310
II.2.3) Place of performance
NUTS code:
UKD
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)
The four highest scoring Tenderers for this Lot shall receive an award.
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:
235 000 000.00
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:
Frameworks shall be 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 No: 1SE
II.2.1) Title
Lot 1SE - South East General Construction
II.2.2) Additional CPV code(s)
45110000
45113000
45213200
45221110
45223500
45232450
45233000
45262310
II.2.3) Place of performance
NUTS code:
UKJ
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)
The two highest scoring Tenderers for this Lot shall receive an award.
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:
15 000 000.00
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:
Frameworks shall be 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 No: 1SC
II.2.1) Title
Lot 1SC - Scotland General Construction
II.2.2) Additional CPV code(s)
45110000
45113000
45213200
45221110
45223500
45232450
45233000
45262310
II.2.3) Place of performance
NUTS code:
UKM
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)
The three highest scoring Tenderers for this Lot shall receive an award.
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:
80 000 000.00
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:
Frameworks shall be 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 No: 1DU
II.2.1) Title
Lot 1DU - Dublin General Construction
II.2.2) Additional CPV code(s)
45110000
45113000
45213200
45221110
45223500
45232450
45233000
45262310
II.2.3) Place of performance
NUTS code:
IE061
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 or 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)
The two highest scoring Tenderers for this Lot shall receive an award.
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:
5 000 000.00
EUR
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:
Frameworks shall be 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 No: 2NW
II.2.1) Title
Lot 2NW - North West Marine Construction
II.2.2) Additional CPV code(s)
45244000
II.2.3) Place of performance
NUTS code:
UKD
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)
The two highest scoring Tenderers for this Lot shall receive an award.
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:
73 000 000.00
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:
Frameworks shall be 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 No: 2SE
II.2.1) Title
Lot 2SE - South East Marine Construction
II.2.2) Additional CPV code(s)
45244000
II.2.3) Place of performance
NUTS code:
UKJ
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)
The two highest scoring Tenderers for this Lot shall receive an award.
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:
5 000 000.00
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:
Frameworks shall be 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 No: 2SC
II.2.1) Title
Lot 2SC - Scotland Marine Construction
II.2.2) Additional CPV code(s)
45244000
II.2.3) Place of performance
NUTS code:
UKM
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)
The two highest scoring Tenderers for this Lot shall receive an award.
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:
37 000 000.00
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:
Frameworks shall be 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 No: 3
II.2.1) Title
Lot 3 - National Major Works
II.2.2) Additional CPV code(s)
45110000
45113000
45213200
45221110
45223500
45232450
45233000
45234100
45234112
45244000
45262310
II.2.3) Place of performance
NUTS code:
UK
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)
The two highest scoring Tenderers for this Lot shall receive an award.
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:
300 000 000.00
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:
Frameworks shall be 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
• To ensure Peel Ports has access to a panel of organisations who can cover the required disciplines
• Ability to develop efficient innovative and sustainable design and build construction solutions
• Provision of suitably qualified project teams with appropriate experience in the delivery of projects who operate at a continuous high standard and