Cairnryan Berth 1 Replacement Linkspan
For the purpose of improving the facilities and for future proofing the operations at Berth 1, POCL are proposing to replace the existing linkspan at Berth 1 with a new double deck Ro-Ro linkspan which will be able to cater for a wider range of vessels with reduced maintenance requirements.
UK-Larne: construction work
2012/S 29-047069
Contract notice – utilities
Works
Directive 2004/17/EC
Section I: Contracting entity
Port of Cairnryan Limited
c/o Larne Harbour Limited, 9 Olderfleet Road, Larne, Northern Ireland
For the attention of: Keith Millar
BT40 1AS Larne
UNITED KINGDOM
E-mail: kmillar@portoflarne.co.uk
Internet address(es):
General address of the contracting entity: http://www.
Further information can be obtained from: Mouchel Limited
Export House, Cawsey Way
For the attention of: Rose Richardson
GU21 6QX Woking
UNITED KINGDOM
Telephone: +44 1483731064
E-mail: rose.richardson@mouchel.com
Fax: +44 1483731005
Internet address: http://www.
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: Mouchel Limited
Export House, Cawsey Way
For the attention of: Rose Richardson
GU21 6QX Woking
UNITED KINGDOM
Telephone: +44 1483731064
E-mail: rose.richardson@mouchel.com
Fax: +44 1483731005
Internet address: http://www.
Tenders or requests to participate must be sent to: Mouchel Limited
Export House, Cawsey Way
For the attention of: Rose Richardson
GU21 6QX Woking
UNITED KINGDOM
Telephone: +44 1483731064
E-mail: rose.richardson@mouchel.com
Fax: +44 1483731005
Internet address: http://www.
Section II: Object of the contract
Design and execution
Main site or location of works, place of delivery or of performance: Cairnryan.
NUTS code UKM32
For the purpose of improving the facilities and for future proofing the operations at Berth 1, POCL are proposing to replace the existing linkspan at Berth 1 with a new double deck Ro-Ro linkspan which will be able to cater for a wider range of vessels with reduced maintenance requirements.
Due to the need to keep disruption to the ferry operations from Berth 1 to a minimum it is required that the berth remain operational throughout the course of the works, with the exception of certain pre-agreed shut-down periods. As such POCL have developed a preferred layout which enables the new linkspan, its associated structures and some of the berth re-alignment works to be constructed adjacent to the existing berth before the ferry service is switched to the new berth. However the remaining permanent berthing dolphin will need to be constructed following the switch-over and as such temporary berthing structures will need to be designed and installed during this period.
The Works are to be procured on the basis of a design and construct contract by competitive tender under the Utilities EU Directive based on the OJEU Negotiated Procedure.
The scope of the Works shall include:
— the design, construction, testing and commissioning of the marine structures and services for the new realigned berth 1 linkspan,
— the design, fabrication, installation, testing and commissioning of the replacement linkspan,
— the design and the implementation of the dredging works,
— fulfilment of the Principal Contractor’s duties under the Construction Design and Management Regulations.
The Works are to be undertaken so that they have no structural impact on the existing marine structures.
The main components of the Works will include but will not be limited to:
— Land reclamation of approximately 40,000 cubic metres of fill with a rock armour revetment to provide a new approach to the replacement linkspan,
— Piled linkspan bankseat to support the shore-end of the new linkspan,
— Forward support/guide structures (as necessary) to linkspan,
— New double deck RoRo linkspan and approach structure (if necessary) to cater for a range of vessels with both upper and lower deck finger flaps,
— Protection to existing revetment (if necessary),
— Permanent berthing dolphins with fenders, including pile caps, bollards and walkways,
— A fendered nesting dolphin adjacent to the leading edge of the linkspan to cater for positive vessel berthing,
— Temporary berthing structures to provide a temporary berthing line and fendering following the switchover of the ferry services to the new linkspan during the construction of the permanent berthing dolphins,
— New single storey maintenance building,
— Mechanical and electrical works including shore side power and lighting to the new reclamation,
— Surfacing, fencing, barriers, signage and drainage to the new linkspan approach and standage area approximately 8,000 square metres on the new land reclamation,
— Dredging and disposal of approximately 35,000 cubic metres of seabed material. Much of the dredging shall be carried out in marine deposits with some within glacial deposits. The area of seabed to be dredged includes areas beneath the land reclamation, the new linkspan (dependent on type) and the berth pocket,
— Demolition and disposal of the existing linkspan, 2No linkspan forward support dolphins, 1No nesting dolphin, linkspan approach structure and vehicle approach ramp,
— Other minor works including shore side bollards, localised strengthening to the existing quay wall, new oil storage tank and other demolition works etc,
— Provision for the whole life cycle maintenance of the linkspan.
In designing the Works and selecting materials to be incorporated, the Contractor shall take into consideration the whole life cycle costs of the Works including provision for long term maintenance and future upgrade and demolition of the facility. The Contractor will also be responsible for facilitating access to the site, and obtaining any necessary consents for doing so.
45000000, 45100000, 45110000, 45111000, 45112500, 45210000, 45213340, 45213342, 45213351, 45241000, 71322000, 22314000
Range: between 12 000 000,00 and 16 000 000,00 GBP
Section III: Legal, economic, financial and technical information
a) The collective annual turnover of the Bidder (including the turnover of the consortium Members and any third parties on whose financial resources the Bidder is relying upon), must have exceeded 25 000 000 GBP (twenty five million pounds) (or equivalent sum in a foreign currency) in each of the last 3 financial years.
b) The annual turnover of the Bidder’s Linkspan Supplier, must have exceeded 10 000 000 GBP (ten million pounds) (or equivalent sum in a foreign currency) in each of the last 3 financial years.
c) The Bidder and Bidder’s Linkspan Supplier must provide a Bank Reference to confirm financial stability.
d) The Bidder must have confirmed that it is willing to provide a parent company guarantee and/or other security arrangement to the satisfaction of POCL.
e) The Bidder’s Linkspan Supplier and Civil Engineering Designer must have confirmed that they are willing to provide collateral warranties for 10 000 000 GBP (ten million pounds)
f) The Bidder and the Bidder’s Linkspan Supplier must demonstrate that they each have in place or have the ability to take out and maintain the following insurance:
Minimum Insurance Levels.
— Employer’s Liability – 10 000 000 GBP (ten million) each and every claim,
— Contractor’s All Risks – Bidder – GBP 15 000 000 GBP (fifteen million) each and every claim; Bidder’s Linkspan Supplier GBP £10,000,000 (ten million) each and every claim,
— Public Liability Insurance – 10 000 000 GBP (ten million) each and every claim,
— Professional Indemnity Insurance – 10 000 000 GBP (ten million) each and every claim.
g) The Civil Engineering Designer must demonstrate that it has in place or has the ability to take out and maintain a minimum level of Professional Indemnity Insurance of 10 000 000 GBP (ten million) each and every claim.
h) The Linkspan Provider must have a Graydon Credit Rating of 3b or better.
i) The Bidder must have a Graydon Credit Rating of 2b or better.
— Civil Engineering Construction,
— General Marine Works Experience,
— Management and Specialist Sub-Contract,
— Operational Ports,
— Critical Possessions/Shutdown,
— Civil Engineering Design,
— RoRo Terminal Marine Works Design Experience,
— Linkspan Works,
— Specialist RoRo Linkspan Design and Fabrication Experience,
— Linkspan Installation,
— General,
— Engagement with the Local Community,
— Resourcing,
— Quality Policy,
— Health & Safety Policy,
— Environmental Policy.
Section IV: Procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
Section VI: Complementary information
POCL, as part of the P&O group, recognises the importance of good corporate citizenship and maintaining high standards of social, ethical and environmental conduct. The successful bidder will be required to sign a Supplier Code of Conduct as part of any contract documents. Further information on the Supplier Code of Conduct is supplied in the Project Information Memorandum.