Contract notice - utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)Associated British Ports
Port Office
For the attention of: Sean Blissett
DN31 3LL Grimsby
United Kingdom
E-mail:
Internet address(es):
General address of the contracting entity: http://www.abports.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Main activityPort-related activities
I.3)Contract award on behalf of other contracting entitiesThe contracting entity is purchasing on behalf of other contracting entities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Car Storage Facilities - Moody Lane.
II.1.2)Type of contract and location of works, place of delivery or of performanceWorks
Design and execution
Main site or location of works, place of delivery or of performance: Moody Lane, Grimsby, North East Lincolnshire.
NUTS code UKE13
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
Car storage facility and associated works.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The initial phase of the works includes the design and construction of a 25 acre hard standing car parking facility to include service connections, area lighting, drainage and ancillary works. The extent of the works may increase to encompass an overall total area of 100 acres subject to the ports on going vehicle storage requirements.
II.2.2)Information about options
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 6 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
No deposit is required with request to participate. Details of guarantees, design warranties and Parent Company Guarantees required under the Terms of the Contract will be advised in the Tender Documentation or at the pre-selection stage. (A 10 % Guarantee Bond shall be required from the successful bidder following Contract award).
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The purchase is to be wholly finance by Associated British Ports. Provision for payment, retention and liquidated damages will accord with those provisions within the prescribed Conditions of Contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
ICC Infrastructure Conditions of Contract - Measurement Version August 2011.
III.1.4)Other particular conditions:The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Associated British Ports Particular Conditions of Contract.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: The applicant must demonstrate their previous experience and technical ability to the design and construction of similar facilities. Their financial history and current financial position must be strong and the applicant must accept the Contact proposed in Section III.1.3.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: A - statement and reference from the firms bankers;
B - statement of the firms overall turn over for the 5 previous financial years;
C - the firms balance sheet and Profit and Loss accounts for the 3 previous financial years.;
D - the firms Company Registration number and details.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met: A - The applicant must provide precise details of similar project(s) satisfactorily undertaken over the last 5 years, including value and client. Details must make clear the scope of the works and the degree of responsibility undertaken by the applicant.
B - Statement of the firms organisational structure and details of the qualifications and experience of key management and technical personnel to be employed on the project.
C - The applicant must provide copies of all policy and procedural documentation demonstrating their management and implementation of all Health, Safety and Environmental legislative requirements.
D - The applicant must provide Health and Safety statistics including notices served against the Company and accident statistics over the previous 3 years.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
GY_17_001
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents (except for a DPS)
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate14.4.2017
IV.3.5)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:10.3.2017