Award

Marchwood Port Development - Phase 1-3 Design and Build

SOLENT GATEWAY LIMITED

This public procurement record has 3 releases in its history.

Award

13 Sep 2022 at 17:11

TenderUpdate

15 Jun 2021 at 17:34

Tender

15 Jun 2021 at 11:31

Summary of the contracting process

The public procurement contracting process concerns the Marchwood Port Development - Phase 1-3 Design and Build project. The buying organisation, Solent Gateway Limited, based in Grimsby, United Kingdom, is responsible for this construction work project aimed at enhancing the Marchwood Port infrastructure in Southampton. The project involves creating hard-standing surfaces, modifying the entrance, upgrading CCTV and drainage systems, and enhancing ecological areas between 2022-2027. The procurement stage is a cancelled tender with a selective procurement method.

The Marchwood Port Development tender presents business growth opportunities for companies specialising in construction works. Businesses capable of delivering technical design, construction, and project management services are well-suited to compete. This project offers a chance to engage in large-scale infrastructure development and to contribute to the enhancement of port facilities, which can drive business growth and encourage innovation in construction and related sectors.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Marchwood Port Development - Phase 1-3 Design and Build

Notice Description

Provision of services to undertake the design and construction of the Marchwood Port development (terrestrial works only). Works include: Creation of large areas of hard-standing surfaces, modifications to main port entrance including the construction of a new security office building and entrance canopy, modification of existing internal road network and railway sidings, enhancement and upgrade of existing CCTV, drainage (including new outfalls), lighting, telecommunications, gas and power networks, perimeter fencing, demolition and/or modification to existing buildings and creation and enhancement of ecological areas including wider landscape improvements.

Lot Information

Lot 1

SGL have pursued consent for the proposed redevelopment of Marchwood Port via the Town and Country Planning Act. Works are anticipated to be delivered in six phases between 2022 - 2027 with Phases 1 to 3 being the subject of this procurement and contract ("the Project"). The Project is intended to be delivered in three phases, although it is noted that capital expenditure associated with Phase 1 will deliver approximately 90-95% of value of the Project. The works, which are mainly terrestrial based, are likely to comprise but are not limited to: 1. Creation of hard-standing surfaces (which forms the majority of the scope of work) providing flexible external storage for the following: a. Containers b. Vehicles c. Steel (clean and scrap) d. Forest Products e. Bulks and aggregates f. Palletised cargo. 2. Modifications to main port entrance including the construction of a new Security Office and Entrance Canopy (providing three vehicle lanes). 3. Enhancement and upgrade of existing CCTV, drainage (including 2no. new drainage outfalls), lighting, telecommunications, gas and power. 4. Enhancement and upgrade of the site perimeter fencing. 5. Modification of rail sidings. 6. Demolition and/or modification to existing buildings SGL plan to appoint a contractor on a design-build basis with services summarised as follows: Phase 1 * RIBA Stage 4 - Technical Design * RIBA Stage 5 -Construction Phase 2 and Phase 3 Step 1 * RIBA 3 - Developed Design (developed against agreed planning parameters). * Reserved Matters/Detailed Planning Application

Options: For Phases 2 and 3 and their associated surfacing works SGL wish to retain design flexibility through the following surfacing options either: Option 1 - Rigid pavement design, anticipated as an unreinforced concrete (URC), to suit the proposed port operations and storage uses with allowance for HGV's and operational vehicles with maximum axle load of 35T. Option 2 - Flexible pavement design to suit lower intensity port operations and storage for light goods and vehicles up to 17 tonne gross vehicle weight (gvw) with occasional heavy duty vehicle overrun. The activity schedule to be provided at tender is to reflect the delivery of both surfacing options.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02bc1a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/025720-2022
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
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45000000 - Construction work

Notice Value(s)

Tender Value
£45,000,000 £10M-£100M
Lots Value
£45,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Sep 20223 years ago
Submission Deadline
15 Jul 2021Expired
Future Notice Date
Not specified
Award Date
12 Jun 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SOLENT GATEWAY LIMITED
Contact Name
Scott Willmore
Contact Email
scott.willmore@solentgateway.com
Contact Phone
+44 7763634014

Buyer Location

Locality
GRIMSBY
Postcode
DN31 3UA
Post Town
Doncaster
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE1 East Yorkshire and Northern Lincolnshire
Small Region (ITL 3)
TLE13 North and North East Lincolnshire
Delivery Location
TLJ South East (England)

Local Authority
North East Lincolnshire
Electoral Ward
West Marsh
Westminster Constituency
Great Grimsby and Cleethorpes

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-02bc1a-2022-09-13T18:11:13+01:00",
    "date": "2022-09-13T18:11:13+01:00",
    "ocid": "ocds-h6vhtk-02bc1a",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02bc1a",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Marchwood Port Development - Phase 1-3 Design and Build",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "mainProcurementCategory": "works",
        "description": "Provision of services to undertake the design and construction of the Marchwood Port development (terrestrial works only). Works include: Creation of large areas of hard-standing surfaces, modifications to main port entrance including the construction of a new security office building and entrance canopy, modification of existing internal road network and railway sidings, enhancement and upgrade of existing CCTV, drainage (including new outfalls), lighting, telecommunications, gas and power networks, perimeter fencing, demolition and/or modification to existing buildings and creation and enhancement of ecological areas including wider landscape improvements.",
        "value": {
            "amount": 45000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "SGL have pursued consent for the proposed redevelopment of Marchwood Port via the Town and Country Planning Act. Works are anticipated to be delivered in six phases between 2022 - 2027 with Phases 1 to 3 being the subject of this procurement and contract (\"the Project\"). The Project is intended to be delivered in three phases, although it is noted that capital expenditure associated with Phase 1 will deliver approximately 90-95% of value of the Project. The works, which are mainly terrestrial based, are likely to comprise but are not limited to: 1. Creation of hard-standing surfaces (which forms the majority of the scope of work) providing flexible external storage for the following: a. Containers b. Vehicles c. Steel (clean and scrap) d. Forest Products e. Bulks and aggregates f. Palletised cargo. 2. Modifications to main port entrance including the construction of a new Security Office and Entrance Canopy (providing three vehicle lanes). 3. Enhancement and upgrade of existing CCTV, drainage (including 2no. new drainage outfalls), lighting, telecommunications, gas and power. 4. Enhancement and upgrade of the site perimeter fencing. 5. Modification of rail sidings. 6. Demolition and/or modification to existing buildings SGL plan to appoint a contractor on a design-build basis with services summarised as follows: Phase 1 * RIBA Stage 4 - Technical Design * RIBA Stage 5 -Construction Phase 2 and Phase 3 Step 1 * RIBA 3 - Developed Design (developed against agreed planning parameters). * Reserved Matters/Detailed Planning Application",
                "value": {
                    "amount": 45000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2021-11-19T00:00:00Z"
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 4
                },
                "selectionCriteria": {
                    "description": "Tenderers must meet the minimum standards detailed in the PQQ (refer to Section 7). Questions are contained within the appendices as per the following: Appendix A - Supplier Identify, Key Roles and Contact Appendix B - Financial Information Appendix B1.1 - Financial Information - Scored Metrics Appendix B1.2 - Financial Information - Insurance Appendix C - Business and Professional Standing Appendix D - Health and Safety Appendix E - Equal Opportunity and Diversity Policy Appendix G - Quality Management Policy and Capability Appendix H - Technical Capability and Experience Appendix I - Declaration PQQs will be evaluated in accordance with the following criteria: * Appendices A, B, B1.2 - Information only: The information provided will not be scored, but failure to provide it may result in the PQQ submission being disqualified from the tender process. * Appendix B1.1 - Scoring: will be evaluated in accordance with the scoring criteria as specified for each question. In answering the questions Tenderers are to refer to Assessing and Monitoring the Economic and Financial Standing of Bidders and Suppliers - Guidance Note (May 2021), Government Commercial Function supplied alongside this PQQ. Scores obtained from members of a joint venture, consortia or where reliance is placed on a specific subcontractor will be totalled and averaged (mean). * Appendices C-G, I - Pass/Fail: If a single response to a question does not meet the criteria for a pass it will be deemed to \"fail\" which will result in disqualification from the tender process and the remaining sections of the response may not be evaluated further. * Appendix H - Scoring: weach question will be scored out of 4 using a predefined scoring matrix. This score shall be weighted in accordance with the weightings identified in Appendix H as follows: \"Score achieved/maximum achievable score x weighting = weighted score\". A Tenderer's total score for this PQQ shall be its combined weighted score from Appendix H- Technical Capability and Experience plus its weighted score from Appendix B1.1 - Financial Information. The three highest scoring compliant Tenderers will be shortlisted and invited to participate in the next stage (ITN) of the tender process however, SGL reserves the right, at its absolute discretion, to invite fewer than three applicants. In the event scores are tied, SGL may, at its absolute discretion, increase the number of Tenderers invited to participate. If a shortlisted tenderer withdraws from the tender process, SGL reserves the right to shortlist the next highest scoring Tenderer. Submissions from consortia, joint ventures or where particular reliance is placed on specific subcontractors that you are relying on to deliver the scope as described PQQ (for the purposes of responding to Appendix H) should be completed as follows: * Questions within Appendices A, B, B.1, C and G (Single Responses): all tendering parties respond to specified questions including any proposed subcontractors covering each operation. * Questions within Appendices D, E, F, H and I (Joint Response): integrated response jointly prepared by all tendering parties including any subcontractors. Please refer to \"Submission of Pre-qualification Questionnaire - Additional Guidance 20210615\" as per the provided weblink for details and arrangements regarding PQQ submissions."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "options": {
                    "description": "For Phases 2 and 3 and their associated surfacing works SGL wish to retain design flexibility through the following surfacing options either: Option 1 - Rigid pavement design, anticipated as an unreinforced concrete (URC), to suit the proposed port operations and storage uses with allowance for HGV's and operational vehicles with maximum axle load of 35T. Option 2 - Flexible pavement design to suit lower intensity port operations and storage for light goods and vehicles up to 17 tonne gross vehicle weight (gvw) with occasional heavy duty vehicle overrun. The activity schedule to be provided at tender is to reflect the delivery of both surfacing options."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Legal",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Methodology, Resources, Stakeholder Management, Programme, HSE, Social Value",
                            "type": "quality",
                            "description": "35"
                        },
                        {
                            "name": "Price, CE, Fee, Equipment Adjustment",
                            "type": "cost",
                            "description": "50"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKJ"
                    }
                ],
                "deliveryLocation": {
                    "description": "Marchwood Port, located next to the village of Marchwood, south-west of Southampton."
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://solentgateway-my.sharepoint.com/:f:/p/scott_willmore/EmdZprNDE05Eo5YUC4uAQgMB2POYZa7aVseDCovrEoMdgw?e=9XOvPK",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Refer to PQQ for requirements.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Refer to PQQ for requirements.",
                    "minimum": "Refer to PQQ for requirements.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Refer to PQQ for requirements.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "otherRequirements": {
            "reductionCriteria": "Refer to PQQ for requirements."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-07-15T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "1",
                "description": "*Change to supplied http:/url for hosting tender documents. The Pre-qualification Questionnaire (PQQ) and supporting documents are now hosted from: https://solentgateway-my.sharepoint.com/:f:/p/scott_willmore/EmdZprNDE05Eo5YUC4uAQgMBUU9P-Q0LBQo060EOgEY6IA?e=EJe317 Please copy and paste the above link into your internet browser to access. PQQ returns should follow the process as per \"Submission of Pre-qualification Questionnaire - Additional Guidance 20210615.pdf\" which can also be located with the supplied http:/url."
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-19541",
            "name": "SOLENT GATEWAY LIMITED",
            "identifier": {
                "legalName": "SOLENT GATEWAY LIMITED"
            },
            "address": {
                "streetAddress": "MERIDIAN HOUSE,ALEXANDRA DOCK NORTH",
                "locality": "GRIMSBY",
                "region": "UK",
                "postalCode": "DN313UA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Scott Willmore",
                "telephone": "+44 7763634014",
                "email": "scott.willmore@solentgateway.com",
                "url": "https://solentgateway-my.sharepoint.com/:f:/p/scott_willmore/EmdZprNDE05Eo5YUC4uAQgMB2POYZa7aVseDCovrEoMdgw?e=9XOvPK"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://solentgateway.com/",
                "buyerProfile": "https://www.solentgatewayconsultation.com/",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "PORT_RELATED_ACTIVITIES",
                        "description": "Port-related activities"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-19542",
            "name": "Solent Gateway Ltd",
            "identifier": {
                "legalName": "Solent Gateway Ltd"
            },
            "address": {
                "streetAddress": "Meridian House, Alexandra Dock North",
                "locality": "Grimsby",
                "postalCode": "DN313UA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-COH-09370825",
            "name": "SOLENT GATEWAY LIMITED",
            "identifier": {
                "legalName": "SOLENT GATEWAY LIMITED",
                "id": "09370825",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "MERIDIAN HOUSE,ALEXANDRA DOCK NORTH",
                "locality": "GRIMSBY",
                "region": "UKE13",
                "postalCode": "DN313UA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Scott Willmore",
                "telephone": "+44 7763634014",
                "email": "scott.willmore@solentgateway.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.solentgateway.com/",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "PORT_RELATED_ACTIVITIES",
                        "description": "Port-related activities"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-63465",
            "name": "Solent Gateway Ltd",
            "identifier": {
                "legalName": "Solent Gateway Ltd"
            },
            "address": {
                "locality": "Grimsby",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-COH-09370825",
        "name": "SOLENT GATEWAY LIMITED"
    },
    "language": "en",
    "awards": [
        {
            "id": "025720-2022-1",
            "relatedLots": [
                "1"
            ],
            "status": "active"
        }
    ],
    "contracts": [
        {
            "id": "025720-2022-1",
            "awardID": "025720-2022-1",
            "status": "active",
            "dateSigned": "2022-06-13T00:00:00+01:00"
        }
    ]
}