Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Associated British Ports
Port Office Cleethorpe Road
Contact point(s): Senior Projects Engiineer
For the attention of: John Drew
DN31 3LL Grimsby
UNITED KINGDOM
Telephone: +44 1472359181
E-mail: jdrew@abports.co.uk
Fax: +44 1472384224
Internet address(es):
General address of the contracting entity: http://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 activity
Port-related activities
I.3)Contract award on behalf of other contracting entities
The 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:
ABP fertiliser terminal regeneration.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution
Main site or location of works, place of delivery or of performance: Port of Immingham.
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):
The design and construction of a multi bay bulk fertiliser store with adjacent covered bag storage area together with integrated delivery and distribution conveyors.
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 lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Works are to design and construct a multi bay bulk fertiliser store with adjacent covered bag storage area together with integrated delivery and distribution conveyors.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 8 (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 requests to participate. Details of any guarantees, design warranties and parent company guarantees required under the contract will be advised in any tender documentation or at pre-qualification stage. A minimum 10 % performance bond and insurances will be required from the successful tenderer immediately following award of contract.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The works are to be financed by ABP. Provisions for payment, retentions and liquidated damages will be fully detailed in the 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:
The ACE/CECA infrastructure conditions of contract (measurement version) as modified by ABP special conditions of contract.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: ABP special 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 registers
Information and formalities necessary for evaluating if the requirements are met: The applicant must demonstrate experience and technical ability relating to projects of this nature. Should parties jointly request to participate, due to the mixed disciplinary nature of the works, then each should satisfy the above requirements.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: 1. Statements and references from the applicant’s bankers;
2. Statement of the applicant’s overall turnover on similar works for the 3 preceding financial years;
3. The applicants full audited accounts for the 3 preceding financial years;
4. The applicants company registration number and details;
5. Information pertaining to any joint request to participate and nature of contracting entity;
Information relating to parent companies is also required where applicable above.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: 1. The applicant must provide precise details of similar projects satisfactorily undertaken during the past 5 years including value and client. Details must clearly state the scope of works and degree of responsibility of the applicant;
2. The applicant must provide details of the organisation structure, evidence of adequacy of resources and details of the qualifications and experience of key management and personnel proposed for involvement in the project;
3. The applicant must provide copies of all policy and systems documentation demonstrating the applicant’s management of health, safety, environmental and quality issues and regulation. This must also include details of HSEQ performance statistics and any notices or actions served on the applicant.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.2)Award criteria
IV.2.1)Award criteria
The 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 auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
1767/3 Immingham Fertiliser Terminal Regeneration
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents
IV.3.4)Time limit for receipt of tenders or requests to participate
9.3.2012 – 12:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
This is a pre-qualification exercise – applicants must submit requests to participate containing the information and documents requested above, following which a tender list will be prepared and documents issued to those applicants who have successfully pre-qualified.
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:
15.2.2012