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.

02 Contract Notice

PQQ PRINCIPAL CONTRACTOR ACCESS INFRASTRUCTURE AND TIMBER POND INFILL, PEMBROKE DOCK MARINE

  • First published: 07 September 2020
  • Last modified: 07 September 2020

Contents

Summary

OCID:
ocds-kuma6s-103810
Published by:
Milford Haven Port Authority
Authority ID:
AA1129
Publication date:
07 September 2020
Deadline date:
05 October 2020
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The Access Infrastructure and Timber Pond Infill project is a key part of the Pembroke Dock Marine Development and will specifically include the construction of the following elements: 1) A new supersize access slipway, and 2) A new workboat berthing facility. 3) Bulk infilling and surcharging of existing Timber Pond with excavated material The Port has appointed a Lead Consultant for the Detail Design of the slipway and berthing facility structures and will subsequently issue an ITT for the Construction Works for each of the elements listed above. Interested parties will be expected to have substantial experienced in the successful delivery of large Civil Engineering Marine projects. The PQQ documentation can be accessed by pasting the link below into your internet browser. https://mhpa.sharepoint.com/:f:/s/O365Tenders/EsdPF-WoVEdGm4L-GCv1dx8BGlChyd-M37Ij1Aknr1D-xw?e=8YMxIT CPV: 45200000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Milford Haven Port Authority

Gorsewood Drive, Milford Haven

Pembrokeshire

SA73 3ER

UK

Contact person: Caroline Thomas

Telephone: +44 1646696100

E-mail: caroline.thomas@mhpa.co.uk

NUTS: UKL

Internet address(es)

Main address: www.mhpa.co.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA1129

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

www.sell2wales.gov.wales


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.sell2wales.gov.wales


I.4) Type of the contracting authority

Other: Port

I.5) Main activity

Other: Pilotage Services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

PQQ PRINCIPAL CONTRACTOR ACCESS INFRASTRUCTURE AND TIMBER POND INFILL, PEMBROKE DOCK MARINE

II.1.2) Main CPV code

45200000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The Access Infrastructure and Timber Pond Infill project is a key part of the Pembroke Dock Marine Development and will specifically include the construction of

the following elements:

1) A new supersize access slipway, and

2) A new workboat berthing facility.

3) Bulk infilling and surcharging of existing Timber Pond with excavated material

The Port has appointed a Lead Consultant for the Detail Design of the slipway and berthing facility structures and will subsequently issue an ITT for the Construction Works for each of the elements listed above. Interested parties will be expected to have substantial experienced in the successful delivery of large Civil Engineering Marine projects.

The PQQ documentation can be accessed by pasting the link below into your internet browser.

https://mhpa.sharepoint.com/:f:/s/O365Tenders/EsdPF-WoVEdGm4L-GCv1dx8BGlChyd-M37Ij1Aknr1D-xw?e=8YMxIT

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKL1


Main site or place of performance:

Pembroke Dock

II.2.4) Description of the procurement

The Port of Milford Haven is a trust port and is the UK’s top energy port and Wales’ busiest port handling around 20% of Britain’s seaborne trade in oil and gas. The Port of Milford Haven also owns and operates Pembroke Port and Milford Dock.

The Port of Milford Haven has prepared a Development Plan for the strategic improvement of Pembroke Port, aligning itself with the Swansea Bay City Deal, named Pembroke Dock Marine. This UK and Welsh Government supported project will support the diversification of a strategic UK fossil fuel energy hub into a centre for the renewable energy industry. This will protect both the region and UK in terms of energy security, economy and inclusivity while also working towards achieving decarbonisation targets.

Pembroke Dock Marine comprises four separate but interrelated elements that together will build on an existing energy cluster that has grown around the Pembroke Dock area, in order to develop a world class centre for blue economic development.

The ERDF funded Pembroke Dock Access Infrastructure project is a key part of the Pembroke Marine Project and will specifically include

the construction of the following:

1) A new supersize access slipway,

2) A new workboat berthing facility, and.

3) Infilling of the existing timber pond.

The Principal Contractor appointed must have substantial experience in the successful delivery of a large Civil Engineering Marine Project or Projects with a value in excess of 10 million GBP.

The slipway construction will involve demolition, capital dredging, piling, excavation, the construction of retaining walls and a new supersize concrete slipway together with associated Temporary works, repairs to existing Quay walls, electrical and water distribution, network communications, SCADA and CCTV/security systems and the sequencing of the construction works to minimise disruption to the existing slipway operations.

The new workboat facility will involve modification of the existing Tee-Head building structure and access facility, structural modifications to the existing Ferry Terminal dolphins, new structural steel installations, the provision and fixing of 140m of new pontoon mooring facilities and restraints, together with the installation of electrical and water distribution, network communications, SCADA and CCTV/security systems.

The timber pond infilling involves the deposition into the existing pond of approx. 40,000 m3 and the surcharging of a further (approx.) 15,000 m3 of excavated material with a significant component of rock (to be crushed on site as part of the works). The infill requires to be designed to achieve a controlled settlement with fill laid over a protective sand layer and carefully compacted in layers to accommodate a future construction of a large Fabrication Building over the former pond (not within the scope of the works).

The Timber Pond is a Grade II listed structure and it is anticipated that key features such as the existing limestone retaining wall and sloping stone revetment will be retained and protected or otherwise subject to minimal and localised disturbance through the works where this is unavoidable.

The successful contractor will be appointed as the Principal Contractor and compliance with all H&S Environmental and Ecological legislation, WEFO and SBCD Procurement Procedures and Cross Cutting Themes will be mandatory.

The works will be undertaken under the NEC3 suite of contracts and the successful contractor will be expected to work collaboratively with the Client and its appointed Engineering Design Consultants, Environmental and Ecological Consultants, Project Manager, NEC Supervisor and Quantity Surveyor throughout the project.

Timescales:

It is anticipated the Construction Works contract will start in Q2 2021. However, ECI in the Design Process will be expected in Q1 2021.

Following evaluation of the PQQ returns it is envisaged a minimum number four and maximum number of 6 contractors will be invited to tender (ITT) for stage 2.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 36

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 4

Objective criteria for choosing the limited number of candidates:

This is stage 1 of a 2 stage process

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: Yes

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date: 05/10/2020

Local time: 08:00

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

Date: 23/10/2020

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The PQQ can be access at the following link:

https://mhpa.sharepoint.com/:f:/s/O365Tenders/EsdPF-WoVEdGm4L-GCv1dx8BGlChyd-M37Ij1Aknr1D-xw?e=8YMxIT

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=102420.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=103810.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.gov.wales) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Requirements as stated in the procurement documents.

(WA Ref:103810)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

03/09/2020

Coding

Commodity categories

ID Title Parent category
45200000 Works for complete or part construction and civil engineering work Construction work

Delivery locations

ID Description
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)

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.

Document family

Notice details
Publication date:
07 September 2020
Deadline date:
05 October 2020 00:00
Notice type:
02 Contract Notice
Authority name:
Milford Haven Port Authority
Publication date:
17 November 2020
Deadline date:
01 February 2021 00:00
Notice type:
Stage 2
Authority name:
Milford Haven Port Authority
Publication date:
03 June 2021
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Milford Haven Port Authority

About the buyer

Main contact:
caroline.thomas@mhpa.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
16/09/2020 20:07
ADDED FILE: Document upload in response to question
PB8556-RHD-WP-XX-RP-Z-0001 Workboat Pontoon & Restraints
16/09/2020 20:10
ADDED FILE: Document upload in response to question
ECI phase PSC contract draft

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

pdf
pdf361.16 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.