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

VT3 Phase 3 A & B - Civil Engineering Works Contract

  • First published: 15 November 2022
  • Last modified: 15 November 2022

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-038440
Published by:
Belfast Harbour Commissioners
Authority ID:
AA21760
Publication date:
15 November 2022
Deadline date:
02 December 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Works will include the following;

• Liaising, coordinating and co-operating with Irish Continental Group to ensure the Works are carried out in a safe manner within the operational terminal and cause as little disruption as possible to the ongoing operations.

• Laying of approximately 9,200m2 of pavement quality concrete

• Laying of approximately 7,928 m2 of hot rolled asphalt

• Laying of approximately 10,600m2 of gravel surfacing

• Installation of 450m of heavy-duty storm slot drains

• Installation of all other associated storm drainage

• Construction of 4nr reefer towers with piled foundations

• ISPS boundary and internal paladin fencing and gates

• Estimated programme for the works is 80 weeks

• M&E Services including HV and LV power networks, lighting, data connections and all associated civil engineering works including, ducting and chambers.

• Approximate length of HV cabling: 1350m

• Number of reefer towers to be connected: 4

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

BELFAST HARBOUR COMMISSIONERS

Harbour Office,Corporation Square

BELFAST

BT13AL

UK

Contact person: Eugene McBride

Telephone: +44 2890554422

E-mail: eugene.mcbride@belfast-harbour.co.uk

NUTS: UKN06

Internet address(es)

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

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.belfast-harbour.co.uk/corporate/tenders


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

VT3 Phase 3 A & B - Civil Engineering Works Contract

Reference number: P330

II.1.2) Main CPV code

45241000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The successful bidder shall supply, construct, and install all permanent works and all associated temporary works within an operational container terminal ("Works").

Please note that these works will be sequenced in 7 Phases and shall take place within an operational container terminal

The Works will include the following;

• Liaising, coordinating and co-operating with Irish Continental Group to ensure the Works are carried out in a safe manner within the operational terminal and cause as little disruption as possible to the ongoing operations.

• Laying of approximately 9,200m2 of pavement quality concrete

• Laying of approximately 7,928 m2 of hot rolled asphalt

• Laying of approximately 10,600m2 of gravel surfacing

• Installation of 450m of heavy-duty storm slot drains

• Installation of all other associated storm drainage

• Construction of 4nr reefer towers with piled foundations

• ISPS boundary and internal paladin fencing and gates

• Estimated programme for the works is 80 weeks

• M&E Services including HV and LV power networks, lighting, data connections and all associated civil engineering works including, ducting and chambers.

• Approximate length of HV cabling: 1350m

• Number of reefer towers to be connected: 4

II.1.5) Estimated total value

Value excluding VAT: 6 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45220000

45233200

45233222

45233251

45233320

II.2.3) Place of performance

NUTS code:

UKN06


Main site or place of performance:

Within Victoria Terminal 3 - Container Terminal

II.2.4) Description of the procurement

The Works will include the following;

• Liaising, coordinating and co-operating with Irish Continental Group to ensure the Works are carried out in a safe manner within the operational terminal and cause as little disruption as possible to the ongoing operations.

• Laying of approximately 9,200m2 of pavement quality concrete

• Laying of approximately 7,928 m2 of hot rolled asphalt

• Laying of approximately 10,600m2 of gravel surfacing

• Installation of 450m of heavy-duty storm slot drains

• Installation of all other associated storm drainage

• Construction of 4nr reefer towers with piled foundations

• ISPS boundary and internal paladin fencing and gates

• Estimated programme for the works is 80 weeks

• M&E Services including HV and LV power networks, lighting, data connections and all associated civil engineering works including, ducting and chambers.

• Approximate length of HV cabling: 1350m

• Number of reefer towers to be connected: 4

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: 6 500 000.00  GBP

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

Duration in months: 18

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: 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:

As set out in the procurement documents.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

List and brief description of selection criteria:

Selection criteria as stated in the procurement documents


III.1.4) Objective rules and criteria for participation

As set out 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 in the contract 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.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 193-467981

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

Date: 02/12/2022

Local time: 12:00

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

Date: 20/12/2022

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.3) Additional information

BHC reserves the right at any time to:

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

- award a contract without prior notice,

- change the basis, 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 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 representative 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

Telephone: +44 2890554422

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

14/11/2022

Coding

Commodity categories

ID Title Parent category
45220000 Engineering works and construction works Works for complete or part construction and civil engineering work
45233320 Foundation work for roads Construction, foundation and surface works for highways, roads
45241000 Harbour construction works Construction work for water projects
45233222 Paving and asphalting works Construction, foundation and surface works for highways, roads
45233251 Resurfacing works Construction, foundation and surface works for highways, roads
45233200 Various surface works Construction, foundation and surface works for highways, roads

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:
eugene.mcbride@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.