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

D3 Cruise Berth

  • First published: 20 May 2023
  • Last modified: 20 May 2023

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-03cdc0
Published by:
Belfast Harbour Commissioners
Authority ID:
AA21760
Publication date:
20 May 2023
Deadline date:
12 June 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This procurement relates to the construction of a new heavy duty quay and deep water berth at D3, a 46 acre reclaimed site at the northern extent of Belfast Harbour. Full planning permission was granted on 23rd July 2019 (reference number LA04/2016/0421/F) and is valid for 5 years (expires July 2024). Marine licences were issued in July 2022.

The primary function of the project is as a new cruise berth to accommodate vessels up to 360m in length. However, there are several other possible uses for D3 such as dry bulk, break bulk and project cargoes, including for the offshore wind industry, which have also been considered in the design. The scope of work consists of a 340m combi-wall type quay structure with return walls and mooring dolphins at either end which will be built approximately 60m out from the existing revetment. Compacted rock fill will be placed behind the the quay wall and a 35-50m wide heavy duty piled relieving slab is to be constructed along the length of the quay. The berth pocket and approaches will be dredged to up to -13mHD. The will also be hinterland asphalt surfacing and associated drainage; fenders and bollards, high mast lighting, foundations for a cruise building and electrical infrastructure, and a new access roadway with entrance barriers, lighting and services including power, water, telecoms ducts and sewerage.

This tender process has been structured in 2 stages as described below.

In Stage 1, all shortlisted Bidders will be invited to submit tenders which will be assessed on the basis of 50% quality and 50% cost, based on an exemplar design which will be provided in the tender documents. The successful tenderer will be appointed under the terms of a Pre-Construction Services Agreement to work with BHC and its design team in Stage 2 to develop the precise scope and cost for the final scheme and to facilitate an open book tendering process for the key sub-contract packages at Stage 2. This will enable BHC to progress commercial arrangements with potential end users and take forward an FID proposal for Board approval. If approved, and subject to the terms of the Pre-Construction Services Agreement, then BHC may, at its discretion, appoint the successful tenderer to undertake the works. It is intended that the FIDIC Conditions of Contract for Construction (for Building and Engineering Works designed by the Employer) will be used, but with amendments to suit this particular project.

It is currently anticipated that quality submissions at Stage 1 will require shortlisted Bidders to answer a number of questions on their approach to management and delivery of the project, which will be evaluated and an overall quality score awarded. The price aspect will require shortlisted Bidders to price an exemplar design via a Bill of Quantities. The purpose of the pricing assessment at Stage 1 of the process will not be to identify a contract sum for the works, but to identify the most economically advantageous tender and obtain an accurate cost for the exemplar design, with reliable rates for all the key elements (e.g. piling, reinforced concrete, dredging, infilling). It is currently anticipated that the preliminaries, mark-up percentages and key rates will be fixed for Stage 2 of the tender process, to ensure consistency in pricing is maintained during any design development that may take place.

In Stage 2, the design will be further developed and refined in conjunction with the successful tenderer to achieve the final agreed scope, programme and contract price for the works. It is expected that a number of design development workshops will be held. The successful tenderer will be expected to bring their expertise in programming, buildability, optioneering, value engineering and health & safety, quality and environmental best practice into the process. The Pre-Construction Services Agreement will set out the terms under which the design development fees will be paid. In

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

BELFAST HARBOUR COMMISSIONERS

Harbour Office, Corporation Square

BELFAST

BT1 3AL

UK

Contact person: Eugene McBride

Telephone: +44 2890554422

E-mail: tendersfc@belfast-harbour.co.uk

NUTS: UKN06

Internet address(es)

Main address: http://www.belfast-harbour.co.uk/

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

http://www.belfast-harbour.co.uk/corporate/corporate-tender


Additional information can be obtained from the abovementioned address


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

D3 Cruise Berth

Reference number: P271

II.1.2) Main CPV code

45220000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Belfast Harbour Commissioners is seeking expressions of interest from contractors who may wish to submit a tender for the construction of a new heavy duty quay and deep water berth at D3, a 46 acre reclaimed site at the northern extent of Belfast Harbour.

The primary requirement of the project is to provide a new berth for the increasing number of cruise ships which call to Belfast, but there are several other possible future uses for the quay which have been considered in the design, including dry bulk, break bulk and project cargoes such as those associated with the offshore wind industry.

The scope of work will include construction of a 340m combi-wall type quay structure with mooring dolphins built approximately 60m out from the existing revetment, with mooring dolphins and return walls at either end and a heavy duty relieving slab and infill behind. There will also be dredging of the berthing pocket, hinterland surfacing and associated drainage, lighting, access roadway and services.

II.1.5) Estimated total value

Value excluding VAT: 100 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKN06


Main site or place of performance:

Belfast Harbour

II.2.4) Description of the procurement

This procurement relates to the construction of a new heavy duty quay and deep water berth at D3, a 46 acre reclaimed site at the northern extent of Belfast Harbour. Full planning permission was granted on 23rd July 2019 (reference number LA04/2016/0421/F) and is valid for 5 years (expires July 2024). Marine licences were issued in July 2022.

The primary function of the project is as a new cruise berth to accommodate vessels up to 360m in length. However, there are several other possible uses for D3 such as dry bulk, break bulk and project cargoes, including for the offshore wind industry, which have also been considered in the design. The scope of work consists of a 340m combi-wall type quay structure with return walls and mooring dolphins at either end which will be built approximately 60m out from the existing revetment. Compacted rock fill will be placed behind the the quay wall and a 35-50m wide heavy duty piled relieving slab is to be constructed along the length of the quay. The berth pocket and approaches will be dredged to up to -13mHD. The will also be hinterland asphalt surfacing and associated drainage; fenders and bollards, high mast lighting, foundations for a cruise building and electrical infrastructure, and a new access roadway with entrance barriers, lighting and services including power, water, telecoms ducts and sewerage.

This tender process has been structured in 2 stages as described below.

In Stage 1, all shortlisted Bidders will be invited to submit tenders which will be assessed on the basis of 50% quality and 50% cost, based on an exemplar design which will be provided in the tender documents. The successful tenderer will be appointed under the terms of a Pre-Construction Services Agreement to work with BHC and its design team in Stage 2 to develop the precise scope and cost for the final scheme and to facilitate an open book tendering process for the key sub-contract packages at Stage 2. This will enable BHC to progress commercial arrangements with potential end users and take forward an FID proposal for Board approval. If approved, and subject to the terms of the Pre-Construction Services Agreement, then BHC may, at its discretion, appoint the successful tenderer to undertake the works. It is intended that the FIDIC Conditions of Contract for Construction (for Building and Engineering Works designed by the Employer) will be used, but with amendments to suit this particular project.

It is currently anticipated that quality submissions at Stage 1 will require shortlisted Bidders to answer a number of questions on their approach to management and delivery of the project, which will be evaluated and an overall quality score awarded. The price aspect will require shortlisted Bidders to price an exemplar design via a Bill of Quantities. The purpose of the pricing assessment at Stage 1 of the process will not be to identify a contract sum for the works, but to identify the most economically advantageous tender and obtain an accurate cost for the exemplar design, with reliable rates for all the key elements (e.g. piling, reinforced concrete, dredging, infilling). It is currently anticipated that the preliminaries, mark-up percentages and key rates will be fixed for Stage 2 of the tender process, to ensure consistency in pricing is maintained during any design development that may take place.

In Stage 2, the design will be further developed and refined in conjunction with the successful tenderer to achieve the final agreed scope, programme and contract price for the works. It is expected that a number of design development workshops will be held. The successful tenderer will be expected to bring their expertise in programming, buildability, optioneering, value engineering and health & safety, quality and environmental best practice into the process. The Pre-Construction Services Agreement will set out the terms under which the design development fees will be paid. In the event of any significant changes in scope or programme during the design development process, any additional fees payable to the contractor will be calculated based on the hourly rates for team members specified by the contractor in its tender submission.

Contractors who wish to participate in this procurement will be required to provide contact details before downloading the tender documents. Contractors who fail to provide their details to BHC or register in this manner will not receive any clarifications or updated information provided by BHC during the tender process.

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: 100 000 000.00  GBP

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

Duration in months: 32

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: No

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Price is not the only award criterion and all criteria are stated only in the procurement documents

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.1.6) Deposits and guarantees required:

Please refer to the Pre-Qualification Questionnaire. Furthermore BHC reserves the right to require bonds, deposits, guarantees or other forms of undertaking or security to ensure proper contractual performance.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Further information will be provided in the contract documents.

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

Subject to the status and involvement of the parties, BHC may require the parties to commit to joint and several liability in respect of the contract. Alternatively, BHC may require the lead operator to take total responsibility or a consortium to form a legal entity before entering into any contract.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Further information will be provided within the Pre-Qualification Questionnaire & Invitation to Tender documents.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 12/06/2023

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 30/06/2023

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

VI.3) Additional information

BHC reserves the right at any time to:

- reject any or all responses and to cancel or withdraw from this procurement at any stage;

- award a contract without prior notice;

- change the basis, the procedures and timescales set out or referred to within the procurement documents; or

- require a bidder to clarify any submissions in writing and/or to provide additional information.

Bidders who wish to participate in this procurement will be required to provide contact details before downloading the tender documents. Bidders who fail to provide their details to BHC or register in this manner will not receive any clarifications or updated information provided by BHC during the tender process. The costs of responding to this notice and participation in the process will be borne by each bidder. All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties.

VI.4) Procedures for review

VI.4.1) Review body

High Court of Justice in Northern Ireland

Royal Courts of Justice, Chichester Street

Belfast

BT1 3JF

UK

E-mail: office@courtsni.gov.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

BHC will incorporate a minimum 10 calendar day standstill period at the point information on the award of contract is communicated to all bidders. The standstill period provides time for unsuccessful bidders to challenge the award decision before the contract is entered into. The Utilities Contracts Regulations 2016 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (Northern Ireland).

VI.4.4) Service from which information about the review procedure may be obtained

Belfast Harbour Commissioners

Harbour Office, Corporation Square

Belfast

BT1 3AL

UK

Internet address(es)

URL: http://www.belfast-harbour.co.uk

VI.5) Date of dispatch of this notice

19/05/2023

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate
45220000 Engineering works and construction works Works for complete or part construction and civil engineering 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:
tendersfc@belfast-harbour.co.uk
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.