Notice Information
Notice Title
ABLE MARINE ENERGY PARK - MAIN QUAY WORKS
Notice Description
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 the Employer's Requirements includes but is 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.
Lot Information
Lot 1
The Contracting Entity has undertaken this procurement process 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 have been procured on a Design and Construct basis utilising the FIDIC EPC & Turnkey Form of Contract with Particular Amendments to the standard clauses, a copy of which was included in the procurement documentation. The first stage of the procurement consisted of the following: - Standard Qualification Instruction to Suppliers (SQIS) document; with - Annexure A - Standard Selection Questionnaire (SSQ); and - Annexure B - Draft Invitation to Negotiate(ITN). The SSQ (Annexure A) was based upon the Crown Commercial Service standard template, and was marked by an assessment panel using the process detailed within the SQIS. 3 Suppliers were selected to proceed to the Tender stage and were issued with the full and final Invitation to Negotiate (ITN) document, a draft version of which was annexed to the SSQ for information and reference purposes. The Tender stage of procurement was a competitive procedure with negotiation with the Suppliers selected by the assessment panel and based upon the Suppliers SSQ response. All completed Tenders were to be submitted by the Tender Return Date stipulated in the procurement documents. The ITN was evaluated on the basis of a 60% Quality and 40% Price weighting. The appointed Preferred Contractor 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 Works.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02913a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/032100-2021
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated procedure with prior call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
45240000 - Construction work for water projects
45241100 - Quay construction work
45252124 - Dredging and pumping works
71322000 - Engineering design services for the construction of civil engineering works
Notice Value(s)
- Tender Value
- £285,000,000 £100M-£1B
- Lots Value
- £285,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 22 Dec 20214 years ago
- Submission Deadline
- 10 Mar 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 29 Nov 20214 years ago
- Contract Period
- 5 Jun 2022 - 28 Mar 2025 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- ABLE HUMBER PORTS LIMITED
- Contact Name
- Procurement Officer
- Contact Email
- pm1908amepitnreturn@driver-group.com, pm1908amepsqresponse@driver-group.com
- Contact Phone
- Not specified
Buyer Location
- Locality
- ST HELIER, JERSEY
- Postcode
- JE4 9WG
- Post Town
- Not specified
- Country
- Channel Islands
-
- Major Region (ITL 1)
- Not specified
- Basic Region (ITL 2)
- Not specified
- Small Region (ITL 3)
- Not specified
- Delivery Location
- TLE1 East Yorkshire and Northern Lincolnshire
-
- Local Authority
- Channel Islands
- Electoral Ward
- L99999999
- Westminster Constituency
- L99999999
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02913a-2021-12-22T15:26:04Z",
"date": "2021-12-22T15:26:04Z",
"ocid": "ocds-h6vhtk-02913a",
"description": "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.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-02913a",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "ABLE MARINE ENERGY PARK - MAIN QUAY WORKS",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45241100",
"description": "Quay construction work"
},
"mainProcurementCategory": "works",
"description": "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 the Employer's Requirements includes but is 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.",
"value": {
"amount": 285000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Contracting Entity has undertaken this procurement process 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 have been procured on a Design and Construct basis utilising the FIDIC EPC & Turnkey Form of Contract with Particular Amendments to the standard clauses, a copy of which was included in the procurement documentation. The first stage of the procurement consisted of the following: - Standard Qualification Instruction to Suppliers (SQIS) document; with - Annexure A - Standard Selection Questionnaire (SSQ); and - Annexure B - Draft Invitation to Negotiate(ITN). The SSQ (Annexure A) was based upon the Crown Commercial Service standard template, and was marked by an assessment panel using the process detailed within the SQIS. 3 Suppliers were selected to proceed to the Tender stage and were issued with the full and final Invitation to Negotiate (ITN) document, a draft version of which was annexed to the SSQ for information and reference purposes. The Tender stage of procurement was a competitive procedure with negotiation with the Suppliers selected by the assessment panel and based upon the Suppliers SSQ response. All completed Tenders were to be submitted by the Tender Return Date stipulated in the procurement documents. The ITN was evaluated on the basis of a 60% Quality and 40% Price weighting. The appointed Preferred Contractor 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 Works.",
"value": {
"amount": 285000000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2022-06-06T00:00:00+01:00",
"endDate": "2025-03-28T23:59:59Z"
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 6
},
"selectionCriteria": {
"description": "Please refer to the procurement documents."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45240000",
"description": "Construction work for water projects"
},
{
"scheme": "CPV",
"id": "45252124",
"description": "Dredging and pumping works"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UKE1"
},
{
"region": "UKE1"
}
],
"deliveryLocation": {
"description": "Able Humber Port, Rosper Road, North Killingholme, DN40 3DZ."
},
"relatedLot": "1"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"written"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Please refer to the procurement documents.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"reductionCriteria": "Please refer to the procurement documents.",
"requiresStaffNamesAndQualifications": true
},
"submissionTerms": {
"depositsGuarantees": "Please refer to the procurement documents.",
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"contractTerms": {
"financialTerms": "Please refer to the procurement documents.",
"tendererLegalForm": "Please refer to the procurement documents.",
"performanceTerms": "Please refer to the procurement documents."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"secondStage": {
"successiveReduction": true,
"invitationDate": "2021-04-09T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-03-10T12:00:00Z"
},
"hasRecurrence": false,
"reviewDetails": "Please refer to the procurement documents."
},
"parties": [
{
"id": "GB-FTS-4801",
"name": "Able Humber Ports Limited",
"identifier": {
"legalName": "Able Humber Ports Limited"
},
"address": {
"streetAddress": "Registered Office; Ogier House, 44 Esplanade",
"locality": "St Helier, Jersey",
"region": "UK",
"postalCode": "JE4 9WG",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Procurement Officer",
"email": "PM1908AMEPSQResponse@driver-group.com",
"url": "https://www.ableuk.com/sites/port-sites/humber-port/amep/"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.ableuk.com/sites/port-sites/humber-port/",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "PORT_RELATED_ACTIVITIES",
"description": "Port-related activities"
}
]
}
},
{
"id": "GB-FTS-4802",
"name": "Able UK Limited",
"identifier": {
"legalName": "Able UK Limited"
},
"address": {
"streetAddress": "Able House, Billingham Reach Industrial Estate, Haverton Hill Road, Stockton-on-Tees, Billingham, Teesside",
"locality": "Stockton-on-Tees",
"postalCode": "TS23 1PX",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "PM1908AMEPSQResponse@driver-group.com"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-38724",
"name": "Able Humber Ports Limited",
"identifier": {
"legalName": "Able Humber Ports Limited"
},
"address": {
"streetAddress": "Ogier House, 44 Esplanade",
"locality": "St Helier, Jersey",
"region": "UKE1",
"postalCode": "JE4 9WG",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Procurement Officer",
"email": "PM1908AMEPITNReturn@driver-group.com"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.ableuk.com/sites/port-sites/humber-port/amep",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "PORT_RELATED_ACTIVITIES",
"description": "Port-related activities"
}
]
}
},
{
"id": "GB-FTS-38725",
"name": "Eiffage Genie Civil Marine (consortium lead)",
"identifier": {
"legalName": "Eiffage Genie Civil Marine (consortium lead)"
},
"address": {
"locality": "Velizy-Villacoublay",
"region": "FR",
"countryName": "France"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-38726",
"name": "Jan De Nul n.v.",
"identifier": {
"legalName": "Jan De Nul n.v."
},
"address": {
"locality": "Hofstade-Aalst",
"region": "BE",
"countryName": "Belgium"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-38727",
"name": "Able Humber Ports Limited",
"identifier": {
"legalName": "Able Humber Ports Limited"
},
"address": {
"locality": "North Killingholme",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-38724",
"name": "Able Humber Ports Limited"
},
"language": "en",
"awards": [
{
"id": "032100-2021-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-38725",
"name": "Eiffage Genie Civil Marine (consortium lead)"
},
{
"id": "GB-FTS-38726",
"name": "Jan De Nul n.v."
}
]
}
],
"contracts": [
{
"id": "032100-2021-1",
"awardID": "032100-2021-1",
"status": "active",
"dateSigned": "2021-11-29T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 1
}
]
}
}