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.

05 Contract Notice (Utilities)

Project Management, Quantity Surveying & Procurement Services in relation to the Criterion Quay Flow Development

  • First published: 02 August 2023
  • Last modified: 29 August 2023

Contents

Summary

OCID:
ocds-kuma6s-133744
Published by:
Milford Haven Port Authority
Authority ID:
AA1129
Publication date:
02 August 2023
Deadline date:
04 September 2023
Notice type:
05 Contract Notice (Utilities)
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The Port of Milford Haven is seeking to appoint a single organisation to provide Project Management, Quantity Surveying and Specialist Procurement Support Services in relation to the work packages outlined in the tender. The consultant will be required to provide management resources for all activities including the tendering and assessment of the work packages, NEC3 management of the package contracts up to and including the completion of the physical works including the retention period. In addition, they will be required to provide quantity surveying and cost control services to ensure close control of time and cost is achieved. Furthermore they will coordinate all work packages to ensure smooth progress and a collaborative working environment. CPV: 72224000.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Milford Haven Port Authority

Gorsewood Drive, Milford Haven

Pembrokeshire

SA73 3ER

UK

Telephone: +44 1646696100

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

NUTS: UKL

Internet address(es)

Main address: https://www.mhpa.co.uk

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

I.3) Communication

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

https://www.sell2wales.gov.wales


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.sell2wales.gov.wales


I.6) Main activity

Other: Port Operations

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Project Management, Quantity Surveying & Procurement Services in relation to the Criterion Quay Flow Development

II.1.2) Main CPV code

72224000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Port of Milford Haven is seeking to appoint a single organisation to provide Project Management, Quantity Surveying and Specialist Procurement Support Services in relation to the work packages outlined in the tender.

The consultant will be required to provide management resources for all activities including the tendering and assessment of the work packages, NEC3 management of the package contracts up to and including the completion of the physical works including the retention period.

In addition, they will be required to provide quantity surveying and cost control services to ensure close control of time and cost is achieved.

Furthermore they will coordinate all work packages to ensure smooth progress and a collaborative working environment.

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 Hobbs Point Floating Offshore Wind Development Project is envisioned to support the deployment of floating offshore wind infrastructure in the Celtic Sea. Delivery of this project will fortify the Pembroke Dock Marine project currently in development at Pembroke Dock, which is designed to create a world class centre for green energy development, acting as a catalyst for inward investment and the development of a regional Marine Centre of Excellence for current and future technology. Delivery of Hobbs Point Floating offshore wind 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.

Milford Haven Port Authority (PoMH), as part of its ongoing programme of development at Pembroke Port (PP) intends to rebuild and expand a facility at Criterion Way/Criterion Quay, initially to support Floating Offshore Wind (FLOW) Test and Demonstration stage projects.

The currently envisaged works comprise the following:

- Construction of a heavy lift jetty with associated mooring structures

- Dredging (substantially in rock, some possibly requiring drilling and blasting)

- Reclamation of about 2 Hectares of land over an intertidal area with anticipated beneficial use of the dredged material

- Remediation of existing land

- Surfacing of the reclaimed and remediated land with surface drainage

- Perimeter security fencing and gates

- Installation of internal electricity supplies for lighting and heavy duty power

- Provision of external services and connections

- Small ancillary buildings

- Environmental mitigation measures

The works are subject to grant funding which will have strict time limits.

The full suite of tender documents can be found here:

https://mhpa.sharepoint.com/:f:/s/O365Tenders/Er1XOYi0zghJserkLnjB2dABpamzBurmGDiYsah_lgwzxQ?e=myx3Ff

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

Start: 04/09/2023

End: 13/04/2026

This contract is subject to renewal: No

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: No

II.2.14) Additional information

PLEASE NOTE, TENDER DOCUMENTS CAN BE ACCESSED HERE: https://mhpa.sharepoint.com/:f:/s/O365Tenders/Er1XOYi0zghJserkLnjB2dABpamzBurmGDiYsah_lgwzxQ?e=myx3Ff

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

Open procedure

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 01/09/2023

Local time: 12:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 01/09/2023

Local time: 12:00

Place:

MHPA

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=133744.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://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.

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:

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 detailed within the suite of tender documents.

(WA Ref:133744)

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

02/08/2023

Coding

Commodity categories

ID Title Parent category
72224000 Project management consultancy services Systems and technical consultancy services

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:
02 August 2023
Deadline date:
04 September 2023 00:00
Notice type:
05 Contract Notice (Utilities)
Authority name:
Milford Haven Port Authority
Publication date:
11 August 2023
Notice type:
14 Corrigendum
Authority name:
Milford Haven Port Authority
Publication date:
29 August 2023
Notice type:
14 Corrigendum
Authority name:
Milford Haven Port Authority
Publication date:
16 October 2023
Notice type:
06 Contract Award Notice (Utilities) - 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
09/08/2023 14:41
Further response to submitted questions 08.08.23
Please see below further clarifications in response to queries.

Clarification 1 - can you please resubmit the programme with a true reflection on the programme schedule from today's date?

Response – The programme will be updated by the end of the week. The dates will not change significantly except that the handover point for the EIA will move back to the receipt of the scoping opinion, not the submission of the scoping report.


Clarification 2 - Can you please confirm if your current framework consultant will produce the scoping work in time? Presently, you have written that you "expect" this to be produced.

Response - The consultant is well advanced with the scoping report. To some extent it is in the hands of outside organisations but it is currently anticipated it will be submitted by the end of August. Following this they will be following up with getting agreement to the scoping opinion. The handover point will be on receipts of the scoping opinion documents which will form the basis of the EIA and consenting process.

Clarification 4 - Could you provide an organogram of the project stakeholders? You mention in the ITT a number of 'Consultants' and 'Professional Teams' - who are they?

Response - We will have a project manager/quantity surveying consultant who will lead the overall process and lead on tendering and procurement elements. The EIA consultant will have responsibility for getting acceptance of the environmental assessment and for getting consents. The exemplar designer will prepare an exemplar/illustrative design which will form part of the construction tender documentation. This role then becomes one of checking the tenderers’ designs for compliance and ultimately for undertaking an independent third party check of the appointed contractor’s design. Finally there will be a NEC site supervisor who may be part of the exemplar designer’s team or may be appointed independently. Any of these organisations may have subconsultants, especially the EIA/consenting consultant.

Please note also that clarification 8 will apply to the contractor as well, they will pick up the CDM principal designer role as part of the D&C contract.
11/08/2023 12:40
Meeting Point - Site visit
Good Afternoon,
The site visit meeting point will be at the Hobbs Point car park in Pembroke Dock: SA72 6TR
15/08/2023 10:15
Question and Answers deadline change
The deadline for submission of questions through the online Q&A function has been changed as below.
Old question submission deadline: 14/08/2023 12:00
New question submission deadline: 28/08/2023 17:00
Please ensure that you have submitted all questions before the new date.
15/08/2023 10:30
Further response to submitted questions 08.08.23
Clarification 1 - can you please resubmit the programme with a true reflection on the programme schedule from today's date?
Response - Updated Gannt chart has been uploaded to the tender set, and can be accessed via the tender link.

Clarification 2 - Can you please confirm if your current framework consultant will produce the scoping work in time? Presently, you have written that you "expect" this to be produced.
RESPONSE - Bidders should assume this will be the case. Note the handover point is on receipt of the scoping opinion – see Gantt chart.

Clarification 4 - Could you provide an organogram of the project stakeholders? You mention in the ITT a number of 'Consultants' and 'Professional Teams' - who are they?
RESPONSE - Answered

Clarification 11. With reference to Clarification 11 response – {On the Sell2Wales notice (para II.2.7) you have different contract start and finish dates than in the ITT documentation. Can you please confirm dates? RESPONSE - The tender Submission Deadline is September 1st 2023}.The tender submission deadline was not what was being asked, it was the contract start and end dates that needed to be clarified.

Response - Please see Gantt chart for dates

Clarification on the response to another tenderers question regarding site visits: The site visits are Wednesday, clarifications closed at 12:00 today.
Clarification 13. Are you intent on letting tenderers' visit site after you have closed the deadline for questions?

Response - The clarification deadline has been moved to 28th August.

15/08/2023 10:55
Answers to questions 14.08.23
1 Appendix 2 Parent Company Guarantee. As a company we do not do this. Please confirm if acceptable 2 Appendix

Response - A Parent company guarantee is only required in the event that analysis of financial position determines that additional measures are necessary in order to provide adequate assurance of financial strength.

2 - Key dates - Please confirm what consents are required to meet Statutory Approval key date?

Response - Advice we have received is that Planning consent from Pembrokeshire County Council is required, together with a Marine Licence from Natural Resources Wales.

3 Appendix 2 - Please confirm whether KPI's are to be used and what they are?

Response - Not used

4 Appendix 2 - Key dates Define Exemplar design, illustrative design, independent checker award?

Response - These are now shown on the updated Gantt chart. The exemplar design is the same as the illustrative design. This is to provide a design with sufficient detail to indicate to construction tenderers the Port’s requirements. Tenderers will be able to propose alternative provided they achieve the same operational functionality and comply with statutory and consenting requirements. It is intended that the organisation undertaking the exemplar/illustrative design will also be the independent checker of the construction contractor’s design. The same organisation will also have technical input to the tender assessment process.

5 Appendix 2 - Key dates - FLOWMIS funding please confirm conditions?

Response - As yet we are not aware of many conditions; fundamentally though, all FLOWMIS funding must be expended by the end of March 2026.

6 Appenidix 2 - Insurances for PI, PL and EL appear high? Is this negotiable?

Response – Thresholds are correct

7 Please confirm when the tender interviews will be?

Response - We are assuming w/c 1st Sept but this might have to move depending on the responses.

8 The site visits are on the 16th and 17th August, but the tender clarification deadline is the 14th August, can this deadline be moved to account for the site visit and any queries that arise from that?

Response - The clarification deadline has been extended to 28th August.

9 Please confirm status of EIA and Scoping as the FLOWMISS programme appears to confirm if it has commenced already?

Response - We expect the scoping report will be submitted to
PCC and NRW before the end of August. Our consultant RHDHV has the role of running with this until the scoping opinion is received and that this will form the main part of the incoming EIA consultant’s scope.

10 Option X5 - Please list works packages as defines in the tender documents and dates. 04/2026 is the construction completion date only. Option X10 - noted as used in the general conditions but 'not used' further down the document please confirm?

Response - Construction completion is planned for 6/26, not 4/26. X10 is employers' agent which is used and will need to be priced.

11 We have emailed our preference for a site visit on Wednesday 16th August but have not had confirmation? Could someone please confirm if acceptable?

Response - Please email tim.bownes@mhpa.co.uk and joanne.rogers@mhpa.co.uk to arrange a site visit.

12 There seem to be many TBC answers to queries and as the site visit w/c 14/08 rather than w/c 07/08 can the tender submission date be moved by 1 week please?

Response - Unfortunately, due to the funding deadline we are unable to extend the submission deadline.

15/08/2023 17:59
Further response to submitted questions 15.08.23
Question: What is the anticipated construction value of the project?

Response: The current anticipated total project cost is £35-£39.5 million.
29/08/2023 12:39
Notice date(s) changed
IV.2.2) Time limit
Old date: 01/09/2023 12:00
New date: 04/09/2023 08:30

Request for extension

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.


0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.