Notice Information
Notice Title
AMEP AREA K MONOPILE FACILITY WORKS
Notice Description
PRE-CONSTRUCTION Contractor's Proposals (CP): detailed design in accordance with the Design Intent (tender documents), including but not limited to; architectural design and specification, civil and structural engineering design and specification, mechanical and electrical design, and specification for manufacturing plant, ancillary spaces (energy centre, welfare facilities), and separate administration building; Consents: discharge of Planning conditions (including conditions precedent), make the necessary Building Regulations application; Interface Coordination: liaise with all stakeholders with respect to all points of interface to deliver a fully coordinated and connected facility in accordance with the schedule, including but not limited to; site wide infrastructure, utilities (electricity, gas, water, sewers, telecoms, fibre/wi-fi), specialist subcontractors and suppliers (e.g., overhead cranes), and Tenant fit-out and equipment installation; Procurement: package tendering exercise to secure fixed prices for all third-party work, in accordance with the Tender price and Schedule, identify critical (long lead) elements the require advance order, place orders subject to instruction from the Company. Procurement of specialist equipment in accordance with the accepted CP, e.g. Paint Booths, Grit Blasting Booths, Gantry Cranes, etc.; and Survey & enabling: undertake such survey and enabling works as may be necessary to the design, subject to justification, and agreement of the Company, CONSTRUCTION: Construction: construct the works in accordance with the accepted CP, the agreed Schedule, and Contract Sum; and Coordination: undertake the works contract with due cognisance of the prevailing environment, coordinating deliveries, vehicular and pedestrian access, and egress in conjunction with all stakeholders, including but not limited to; Local Planning Authority, the Company, the Tenant, and adjacent contractors (quay construction).
Lot Information
Lot 1
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 - Area K Monopile Facility (the Works). The Works will be procured on a Design and Construct basis utilising the JCT Design and Build Standard Form 2016 Edition (DB 2016) 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 (dITN). 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 5 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 negotiated procedure with prior call for competition, to be conducted with the top 5 scoring Suppliers selected by the assessment panel and based upon the Suppliers SSQ response. The 5 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 Works.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02c990
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/016931-2021
- Current Stage
- Tender
- All Stages
- Tender
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
45200000 - Works for complete or part construction and civil engineering work
45210000 - Building construction work
45220000 - Engineering works and construction works
Notice Value(s)
- Tender Value
- £125,000,000 £100M-£1B
- Lots Value
- £125,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 13 Aug 20214 years ago
- Submission Deadline
- 19 Aug 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 4 Feb 2022 - 9 Oct 2023 1-2 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- ABLE HUMBER PORTS LIMITED
- Contact Name
- Procurement Officer
- Contact Email
- pm1957sqis@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
- TLE Yorkshire and The Humber
-
- 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-02c990-2021-08-13T11:31:10+01:00",
"date": "2021-08-13T11:31:10+01:00",
"ocid": "ocds-h6vhtk-02c990",
"description": "The Contracting Entity reserves the right to require warranties and guarantees and/or other forms of security cover it deems necessary. The Contracting Entity requires all Suppliers to sign and return a Confidentiality Agreement within 7 days of receipt of the SSQ/SQIS information. 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 indicative.",
"initiationType": "tender",
"tender": {
"id": "2021_07_19_PM1957_CN01",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "AMEP AREA K MONOPILE FACILITY WORKS",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
"mainProcurementCategory": "works",
"description": "PRE-CONSTRUCTION Contractor's Proposals (CP): detailed design in accordance with the Design Intent (tender documents), including but not limited to; architectural design and specification, civil and structural engineering design and specification, mechanical and electrical design, and specification for manufacturing plant, ancillary spaces (energy centre, welfare facilities), and separate administration building; Consents: discharge of Planning conditions (including conditions precedent), make the necessary Building Regulations application; Interface Coordination: liaise with all stakeholders with respect to all points of interface to deliver a fully coordinated and connected facility in accordance with the schedule, including but not limited to; site wide infrastructure, utilities (electricity, gas, water, sewers, telecoms, fibre/wi-fi), specialist subcontractors and suppliers (e.g., overhead cranes), and Tenant fit-out and equipment installation; Procurement: package tendering exercise to secure fixed prices for all third-party work, in accordance with the Tender price and Schedule, identify critical (long lead) elements the require advance order, place orders subject to instruction from the Company. Procurement of specialist equipment in accordance with the accepted CP, e.g. Paint Booths, Grit Blasting Booths, Gantry Cranes, etc.; and Survey & enabling: undertake such survey and enabling works as may be necessary to the design, subject to justification, and agreement of the Company, CONSTRUCTION: Construction: construct the works in accordance with the accepted CP, the agreed Schedule, and Contract Sum; and Coordination: undertake the works contract with due cognisance of the prevailing environment, coordinating deliveries, vehicular and pedestrian access, and egress in conjunction with all stakeholders, including but not limited to; Local Planning Authority, the Company, the Tenant, and adjacent contractors (quay construction).",
"value": {
"amount": 125000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "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 - Area K Monopile Facility (the Works). The Works will be procured on a Design and Construct basis utilising the JCT Design and Build Standard Form 2016 Edition (DB 2016) 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 (dITN). 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 5 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 negotiated procedure with prior call for competition, to be conducted with the top 5 scoring Suppliers selected by the assessment panel and based upon the Suppliers SSQ response. The 5 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 Works.",
"value": {
"amount": 125000000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2022-02-04T00:00:00Z",
"endDate": "2023-10-09T23:59:59+01:00"
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 6
},
"selectionCriteria": {
"description": "Please refer to the Procurement Documents"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45220000",
"description": "Engineering works and construction works"
}
],
"deliveryAddresses": [
{
"region": "UKE"
}
],
"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
},
"contractTerms": {
"performanceTerms": "Please refer to the Procurement Documents."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"secondStage": {
"successiveReduction": true,
"invitationDate": "2021-08-31T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-08-19T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"hasRecurrence": false,
"reviewDetails": "Please refer to the Procurement Documents.",
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2021-08-19T12:00:00+01:00"
},
"newValue": {
"date": "2021-09-02T12:00:00+01:00"
},
"where": {
"section": "IV.2.2"
}
}
],
"description": "IV.2.2) Time limit for receipt of tenders or requests to participate has been changed from 19th August 2021 at 12.00pm to 2nd September 2021 at 12.00pm."
}
]
},
"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": "PM1957SQIS@driver-group.com",
"url": "http://www.ableuk.com/sites/port-sites/humber-port/amep"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.ableuk.com/sites/port-sites/humber-port",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "PORT_RELATED_ACTIVITIES",
"description": "Port-related activities"
}
]
}
},
{
"id": "GB-FTS-22823",
"name": "Able UK Limited",
"identifier": {
"legalName": "Able UK Limited"
},
"address": {
"locality": "Stockton-on-Tees",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "PM1957SQIS@driver-group.com"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-4801",
"name": "Able Humber Ports Limited"
},
"language": "en"
}