ABLE MARINE ENERGY PARK - MAIN QUAY WORKS

A Utilities Contract Notice
by ABLE HUMBER PORTS LIMITED

Source
Find a Tender
Type
Contract (Works)
Duration
33.5 month
Value
285M
Sector
CONSTRUCTION
Published
08 Feb 2021
Delivery
06 Jun 2022 to 28 Mar 2025
Deadline
10 Mar 2021 12:00

Concepts

Location

Able Humber Port, Rosper Road, North Killingholme, DN40 3DZ

Geochart for 2 buyers and 0 suppliers

2 buyers

Description

FOR COPIES OF ALL PROCUREMENT DOCUMENTS SUBMIT YOUR REQUEST IN WRITING TO THE EMAIL ADDRESS PROVIDED Further information is provided in the Standard Questionnaire Instructions to Suppliers (SQIS), which includes Annexure A; Standard Selection Questionnaire (SSQ) and Annexure B; Draft Invitation to Negotiate (ITN). In summary, the Works comprises a Design and Construct contract for a new quay at Able Humber Port, Rosper Road, North Killingholme, DN40 3DZ, as part of the wider Able Marine Energy Park (AMEP) development. The Works are to be completed and handed over in stages, each stage to be taken into operational use by the Contracting Entity while the remaining stages are completed by the Principal Contractor. The Scope of Works as described in Section 5 of the SQIS, may include but not limited to the following: • marine landform engineering design; • marine landform engineering detailing; • marine landform engineering specification; • risk assessments methods statements (RAMS); • specialist subcontractor supplier procurement; • materials, plant equipment delivery; • marine landform construction; • testing, commission training; • securing all consents, discharge of existing, new, or additional conditions; and • compliance with all applicable legislative regulatory requirements.

Total Quantity or Scope

The Contracting Entity is seeking to appoint a Principal Contractor to work with in order to deliver the design and construction of Able Marine Energy Park - Main Quay Works (the Works). The Works will be procured on a Design and Construct basis utilising the FIDIC EPC Turnkey Form of Contract with Particular Amendments to the standard clauses, of which further information will be provided within the procurement documentation. The first stage of the procurement will consist of the following: - Standard Qualification Instruction to Suppliers (SQIS) document; - Annexure A - Standard Selection Questionnaire (SSQ); and - Annexure B - Draft Invitation to Negotiate(ITN). The SSQ (Annexure A) is based upon the Crown Commercial Service standard template, and will be marked by an assessment panel using the process detailed in the SQIS. A maximum of 6 Suppliers will be selected to proceed to the Tender stage, and will be issued the full and final Invitation to Negotiate (ITN) document, of which a draft version is annexed to the SSQ for information and reference purposes. The Tender stage of procurement will be a competitive procedure with negotiation, to be conducted with the top 6 scoring Suppliers selected by the assessment panel and based upon the Suppliers SSQ response. The 6 Suppliers selected to tender will each be issued with the full and final Invitation to Negotiate (ITN) document. All completed Tenders must be submitted by the Tender Return Date stipulated in the procurement documents. Once received and validated, compliant tenders will be evaluated in order to ascertain a Preferred Contractor. The ITN will be evaluated on the basis of a 60% Quality and 40% Price weighting. The Preferred Contractor, once appointed, shall be responsible for the Design, Procurement, Delivery to Site, Off-Loading, Construction, Installation and Commissioning (including all testing) relating to his delivery of the Able Marine Energy Park - Main Quay Works (as described above II.1.4).

CPV Codes

  • 45241100 - Quay construction work
  • 45240000 - Construction work for water projects
  • 45252124 - Dredging and pumping works
  • 71322000 - Engineering design services for the construction of civil engineering works

Indicators

  • Bids should cover the whole contract.
  • Renewals are not available.
  • Performance considerations apply.
  • Professional qualifications are sought.
  • Staff qualifications are relevant.
  • Award on basis of price and quality.

Other Information

The Contracting Entity reserves the right to require warranties and guarantees and/or other forms of security cover it deems necessary. Each member of a grouping of contractors to sign an undertaking to be jointly and severally liable for the due performance of any resultant contract. The conditions of contract will be available to economic operators in the Invitation to Negotiate. Information and formalities necessary for evaluating expressions of interest will set out in the procurement documents. All contact must be made to the person specified in section 1.1. All interested Suppliers will be required to obtain, complete, and return the SSQ, which is available as part of the procurement documentation upon request to the email address provided. Any resulting contract will be considered as a contract made in England according to English Law and will be subject to the exclusive jurisdiction of the English Courts. The Contracting Entity reserves the right to approve any and all sub-contractor appointments which tenderers intend to make. The Contracting Entity is not liable for any costs incurred by those expressing an interest in or tendering for this contract including but not limited to where the contract award procedure is cancelled or adjusted for any reason. No reimbursement of costs shall be available. The successful Tenderer (Preferred Contractor) will enter into the contract with the Contracting Entity or an associated contracting entity. Please note that all dates and figures provided in this notice are approximate.

Reference

Domains