Contract notice – utilities
Directive 2014/25/EU - Utility Directive
Directive 2014/25/EU
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 7920501984
E-mail: linda.robinson@peelports.com
NUTS: UK
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=47124&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=47124&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
Engineering Consultancy, Project Management & Quantity Surveyor Services
Reference number: PPIL/F0099/PRO92
II.1.2) Main CPV code
79415200
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.
Peel Ports requires consultancy firms to provide services that cover a variety of disciplines (as identified in the Scope & Specification) which are deployed onto specific capital projects, studies and feasibility work. The skills required within each discipline include project management, engineering advice, design work and health and safety guidance.
Peel Ports also requires temporary services predominantly in project management and quantity surveying roles, where supplier personnel are situated within the capital projects team to assist with the progression of projects and provide commercial support in a timely and effective manner.
II.1.5) Estimated total value
Value excluding VAT:
12 808 000.00
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
Engineering Consultancy
II.2.2) Additional CPV code(s)
71311000
71312000
71313000
71317210
71322100
71324000
71332000
71351200
71354500
71541000
72224000
79620000
79623000
90713000
98360000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Peel Ports requires consultancy firms to provide services that cover a variety of disciplines (as identified in the Scope & Specification) which are deployed onto specific capital projects, studies and feasibility work. The skills required within each discipline include project management, engineering advice, design work and health and safety guidance.
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:
9 272 000.00
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.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 12
Objective criteria for choosing the limited number of candidates:
With reference to Lot 1 – Engineering Consultancy, the twelve highest ranked submissions that meet the Minimum Criteria (in accordance with the evaluation criteria) shall receive an ITN. Any Applicant that does not meet the Minimum Criteria shall be excluded and shall not progress further in the process.
In the event of a draw for 12th place under Lot 1 all Applicants tied shall receive an ITN.
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 let for an initial fixed term of 3 years with options to extend up to 8 years in 1 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
Project Management & Quantity Surveyor Services
II.2.2) Additional CPV code(s)
71311000
71312000
71313000
71317210
71322100
71324000
71332000
71351200
71354500
71541000
72224000
79620000
79623000
90713000
98360000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Peel Ports requires temporary services predominantly in project management and quantity surveying roles, where supplier personnel are situated within the capital projects team to assist with the progression of projects and provide commercial support in a timely and effective manner.
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:
3 536 000.00
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.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
With reference to Lot 2 – Project Management & Quantity Surveying Services, the five highest ranked submissions that meet the Minimum Criteria (in accordance with the evaluation criteria) shall receive an ITN. Any Applicant that does not meet the Minimum Criteria shall be excluded and shall not progress further in the process.
In the event of a draw for 5th place for Lot 2, all Applicants tied shall receive an ITN.
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 let for an initial fixed term of 3 years with options to extend up to 8 years in 1 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 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: 7
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:
2022/S 000-004948
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
06/06/2022
Local time: 14:00
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 envisaged number of awards is 5 for Lot 1 and 2 for Lot 2.
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales - Technology and Construction Court
7 Rolls Buildings, Fetter Lane
London
EC4A 1NL
UK
VI.5) Date of dispatch of this notice
13/05/2022
Information added to the notice since publication.
Additional information added to the notice since it's publication.
No further information has been uploaded.
|
Commodity Categories
Commodity Categories
71311000 | Civil engineering consultancy services | Consultative engineering and construction services |
71541000 | Construction project management services | Construction management services |
79415200 | Design consultancy services | Production management consultancy services |
71313000 | Environmental engineering consultancy services | Consultative engineering and construction services |
90713000 | Environmental issues consultancy services | Environmental management |
71351200 | Geological and geophysical consultancy services | Geological, geophysical and other scientific prospecting services |
71332000 | Geotechnical engineering services | Miscellaneous engineering services |
71317210 | Health and safety consultancy services | Hazard protection and control consultancy services |
98360000 | Marine services | Miscellaneous services |
71354500 | Marine survey services | Map-making services |
72224000 | Project management consultancy services | Systems and technical consultancy services |
71324000 | Quantity surveying services | Engineering design services |
71322100 | Quantity surveying services for civil engineering works | Engineering design services for the construction of civil engineering works |
71312000 | Structural engineering consultancy services | Consultative engineering and construction services |
79623000 | Supply services of commercial or industrial workers | Supply services of personnel including temporary staff |
79620000 | Supply services of personnel including temporary staff | Recruitment services |
Delivery Locations
Delivery Locations
100 | UK - All |
Alert Region Restrictions
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions
There are no alert restrictions for this notice.
|