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

General Construction and Marine Construction Frameworks

  • First published: 29 March 2024
  • Last modified: 29 March 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-03b5ee
Published by:
Peel Ports Investments Limited
Authority ID:
AA80248
Publication date:
29 March 2024
Deadline date:
29 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Peel Ports are seeking to implement a series of group construction frameworks to help improve efficiency of delivery through collaboration and early engagement with our supply chain and to gain benefits from the optimisation of design and construction best practices and solutions. Group Construction Frameworks will deliver best value, cost surety with improved levels of service and performance, quality, programme delivery and client satisfaction whilst maintaining a safe and sustainable environment and culture.

Peel Ports are looking for suitably qualified and experienced organisations to provide design and construction services and works for marine and general engineering projects both nationally and locally.

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: Linda Robinson

Telephone: +44 1519496000

E-mail: linda.robinson@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=79908&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=79908&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

General Construction and Marine Construction Frameworks

Reference number: PPIL/F0149/

II.1.2) Main CPV code

45200000

 

II.1.3) Type of contract

Works

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.

Peel Ports are seeking to implement a series of group construction frameworks to help improve efficiency of delivery through collaboration and early engagement with our supply chain and to gain benefits from the optimisation of design and construction best practices and solutions. Group Construction Frameworks will deliver best value, cost surety with improved levels of service and performance, quality, programme delivery and client satisfaction whilst maintaining a safe and sustainable environment and culture.

Peel Ports are looking for suitably qualified and experienced organisations to provide design and construction services and works for marine and general engineering projects both nationally and locally.

II.1.5) Estimated total value

Value excluding VAT: 750 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 2 lots

Maximum number of lots that may be awarded to one tenderer: 1

II.2) Description

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

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 several operators.

Envisaged maximum number of participants to the framework agreement: 19

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:

2024/S 000-006937

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

Date: 29/04/2024

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.3) Additional information

The key requirements for this opportunity are as follows :

• To ensure Peel Ports has access to a panel of organisations who can cover the required disciplines

• Drive H&S improvements across projects

• Ability to collaborate in the development of efficient solutions

• Engagement in programme led efficiencies, opportunities and development

• Identify suitable opportunities for best practice from other sectors

• Access to rate cards that promote standardisation to assist budget forecasting

• The provision of high quality Services and Works

• Ability to develop efficient innovative and sustainable design and build construction solutions

• Ability to collaborate and bring best practice skills from other sectors

• To support the successful delivery of projects

• Provision of suitably qualified project teams with appropriate experience in the delivery of projects who operate at a continuous high standard and

• Support Peel Ports on a journey to become a net zero port operator by 2040

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

28/03/2024

Coding

Commodity categories

ID Title Parent category
45221110 Bridge construction work Construction work for bridges and tunnels, shafts and subways
45110000 Building demolition and wrecking work and earthmoving work Site preparation work
45213200 Construction work for warehouses and industrial buildings Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45233000 Construction, foundation and surface works for highways, roads Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45232450 Drainage construction works Ancillary works for pipelines and cables
45244000 Marine construction works Construction work for water projects
45234100 Railway construction works Construction work for railways and cable transport systems
45234112 Railway depot construction work Construction work for railways and cable transport systems
45223500 Reinforced-concrete structures Structures construction work
45262310 Reinforced-concrete work Special trade construction works other than roof works
45113000 Siteworks Building demolition and wrecking work and earthmoving work
45200000 Works for complete or part construction and civil engineering work Construction work

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:
linda.robinson@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.