United Kingdom-Stornoway: Harbour construction works

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title United Kingdom-Stornoway: Harbour construction works
OJEU (High Value) 605872-2020
Type Invitation to tender
Date Published 2020-12-15
Deadline 2021-01-27 12:00:00
Nature Of Contract Public works contract
Awarding Authority
Procedure

Description :
CONTRACT NOTICE


Section I: Contracting authority

I.1) Name and addresses:
Official name: Stornoway Port Authority
Postal address: Amity House, Esplanade Quay
Town: Stornoway
Postal code: HS1 2XS
Country: UK
Contact person: Ian Jamieson of Doig + Smith
Telephone: +44 1316565820
E-mail: ijamieson@doigandsmith.co.uk
NUTS code: UK
Main address: www.stornowayportauthority.gov.uk

Communication
I.3) Procurement documents
(URL):www.publiccontractsscotland.gov.uk

Additional Information
I.3.4) Additional information can be obtained from:
I.3.6)Tenders or requests to participate must be submitted electronically via:
www.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority:
Trust Port
I.5.2) Other activity -
Port authority

Section II: Object of Contract


Title:
Stornoway Deep Water Port Contractor


II.1.4) Short description
Construction of a new deep water port at Glumaig Bay, within Stornoway Harbour.


Information about lots
II.1.6) This contract is divided into lots: no

Description: Item/Lot 1
NUTS code: UKM6
II.2.3.2) Main site or place of performance:
Stornoway, Eilean Siar.

II.1.4) Short description
Procurement of contractor for a new deep water port within Stornoway Harbour. The anticipated contract works include the following:

of the seabed to increase water depths to 10 m below Chart Datum at the berths and in adjoining manoeuvring areas;
3
3

2) re-use of dredge arisings to form a new platform and laydown area; removal of material unsuitable for re-use to the nearby Arnish disposal site;

3) rock blasting and associated earthworks to create infill to supplement dredge material and to clear space for the access and link roads;

4) two quay walls, one to provide part of the main berth approximately 191 m long and one of approximately 140 m to provide a berth for ferries and other ro-ro vessels;

5) an open piled finger pier approximately 119 m long to the south of and extending the main berth to approximately 310 m in length;

6) a linkspan and linkspan dolphins at the freight ferry berth;

7) a heavy lift area on the quayside to allow transfer of heavy components to and from vessels;

8) a heavy duty pontoon, 100 m long and 4 m wide, to be located at the west side of the finger pier, with an access bridge from the finger pier;

9) fendering to all berthing faces;

10) quay furniture and aids to navigation;

11) utility services (electricity, water, telecoms), external lighting, tanks for storage of marine fuel and potable water and a new substation;

12) CCTV and other safety/security measures such as fences and barriers;

13) packaged sewage treatment plant and outfalls for surface water drainage;

14) services infrastructure within the laydown area;

15) a new access road approximately 375 m long to connect the port to the existing Arnish Road;

16) a 25 m wide access link road approximately 650 m long between the new berth and Arnish Point Industrial Estate to allow the transfer of large components such as offshore modules and large windfarm components;

17) removal of elements of the wreck of the SS Alabama which are above 8 m below Chart Datum (removed elements to be placed within the footprint of the wreck).

See Instructions to bidders for further information.

II.2.5) Award criteria:

II.02.07) Duration in months 22
II.2.7.5) This contract is subject to renewal: no
II.2.9) Envisaged number of candidates 5
II.2.9,4) Objective criteria for choosing the limited number of candidates:
Economic and financial standing:

— turnover,

— net profit margin,

— provision of three years of finalised accounts,

— professional Indemnity insurance cover of GBP 10 million,

— employer's liability insurance cover of GBP 10 million,

— contractor's all risks insurance cover of GBP 40 million,

— public liability insurance cover of GBP 10 million.

Technical and professional ability:

— Relevant examples of works carried out in the past 10 years. A completed reference from the client using the template provided confirming that the bidder’s performance has been satisfactory must be submitted for each project. In the event that a bidder is not able to provide this for reasons outside their control, a bidder should obtain a reference from an alternative source, e.g. client’s engineer or other independent party involved in the project.

— Technicians or technical bodies to carry out the works.

— Supply chain management and/or tracking systems used.

— Environmental management measures which the bidder will be able to use when performing the contract.

— Managerial staff for the last 3 years.

— Quality assurances schemes/procedures, including evidence of competence to act as a Principal contractor.

— Environmental management system/procedures.

Details of the information required and minimum requirements are set out in the instructions to bidders document.

II.2.10) Variants will be accepted: yes II.2.10.1) Variants will be accepted: yes
II.2.11) Options
II.2.11.2) Description of options
Any requirements for optional items will be set out in the Invitation to Tender.

The procurement is related to a project and/or programme financed by European Union funds): no

Section III: Legal, economic, financial and technical information

III.1.1) List and brief description of conditions
Not applicable.

III.1.2) Economic and financial standing
III.1.2.2) Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
III.1.3.1.2) Selection criteria as stated in the procurement documents
III.2.2) Contract performance conditions
The form of contract will be NEC 4, Option A with Z clauses.

III.2.3) Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1.1) Type of procedure: Competitive Negotiation
IV.1.1) Type of procedure: Competitive procedure with negotiation

IV.2.1) Time limit for receipt of tenders or requests to participate
IV.2.2) Date 2021-01-27
IV.2.2) Local time 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
2021-02-23


IV.2.6) Duration in months (from the date stated for receipt of tender): 4

Section V: Complementary information


VI.2.2) Electronic invoicing will be accepted
VI.2.3) Electronic payment will be used

Additional Information:

This tender is being conducted in accordance with the Utilities Contracts (Scotland) Regulations 2016 using a negotiated process. This is to allow flexibility of negotiation (i.e. discussion and dialogue) with bidders before final tenders are invited and evaluated. The Invitation to Tender will set out the issues in relation to which negotiation is expected, such as value engineering proposals, price structure and risk allocation. The extent of contractor design is very limited; it is not anticipated that negotiations will focus on alternative design proposals. Negotiation will involve primarily the exchange of documentation together with, if required, some remote meetings between each bidder and the Port Authority, such meetings will be limited in terms of number, duration and the number of participants. The Port Authority’s aim is to complete the process from the issue of the invitation to tender to its evaluation decision in five months.

See instructions to bidders document available at www.publiccontractsscotland.gov.uk for information regarding the exclusion and selection criteria, minimum requirements, the tender process and project timescale. Bidders are required to complete and submit the ESPD document and provide the required appendices to register their interest in this contract.

Bidders should note that this procurement exercise is being conducted under the Utilities Contract (Scotland) Regulations 2016. References within this Notice to the Procurement Reform (Scotland) Act 2014 do not apply.

Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland website at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=638687

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.publiccontractsscotland.gov.uk/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 contracting authority does not intend to include a subcontract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

We envisage that subcontractors will have been identified prior to contract award.

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Details will be set out in the Invitation to Tender

(SC Ref:638687)


Review body:
Official name: The Scottish Courts
Postal address: Saughton House
Town: Broomhouse Drive
Postal code: EH11 3XD
Country: UK
Telephone: +44 1314443300
E-mail: enquiries@scotcourts.co.uk
URL: www.scotcourts.gov.uk

Section VI

Date of dispatch of this notice : 2020-12-10

CPV Codes
45241000; Harbour construction works;

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.