Section one: Contracting authority
one.1) Name and addresses
Stornoway Port Authority
Amity House, Esplanade Quay
Stornoway
HS1 2XS
Contact
Brenda Jones
brenda.jones@stornowayport.com
Telephone
+44 1851702688
Country
United Kingdom
NUTS code
UKM64 - Na h-Eileanan Siar (Western Isles)
Internet address(es)
Main address
www.stornowayportauthority.com
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19342
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Other type
Port Authority
one.5) Main activity
Other activity
Port Authority
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Catamaran mooring buoys and anchor chains
two.1.2) Main CPV code
- 34930000 - Marine equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
Supply of 3 No. catamaran mooring bouys, each with a Safe Working Load of 250 tonnes and associated anchor chains
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM64 - Na h-Eileanan Siar (Western Isles)
Main site or place of performance
Stornoway, Isle of Lewis, UK
two.2.4) Description of the procurement
The Port Authority wishes to purchase 3 No. catamaran mooring buoys and associated anchor chains for its Deep Water Terminal which is currently under construction. The key requirements for the buoys are:
1. Each to have a SWT of 250 tonnes
2. Buoys to remain horizontal at all load and sea states
3. Buoy floats to be constructed from maintenance-free material
The anchor chains must be demonstrably capable of taking a 250 tonne mooring load with appropriate safety factors.
An outline description of the Port Authority's requirements is contained in the Information for Bidders document, available on the Public Contracts Scotland portal. A detailed description of requirements will be issued to short-listed bidders at tender stage.
two.2.5) Award criteria
Quality criterion - Name: Ease of mooring operation / Weighting: 25
Quality criterion - Name: Quality of mooring buoy product / Weighting: 25
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
5
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
As stated in the Contract Notice
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Bidders may be excluded from the tender shortlist if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Not applicable
three.1.2) Economic and financial standing
List and brief description of selection criteria
Evidence of sufficient financial standing to undertake the supply contract.
Evidence of suitable insurance or willingness to take out suitable insurance prior to contract award
Minimum level(s) of standards possibly required
Evidence that the bidder is a 'Going Concern' as defined by the International Financial Reporting Standards (IFRS)
Evidence that the bidder has suitable Professional Risk Indemnity, Public Liability, Product Liability and Employer's Liability Insurance
Bidders may be excluded from the tender shortlist if they do not meet the minimum standards.
three.1.3) Technical and professional ability
List and brief description of selection criteria
- Proven ability to supply catamaran mooring buoys and associated anchor chains as described in the Contract Notice.
Responses to this question to be submitted on the template provided.
- Quality Assurance standards
Minimum level(s) of standards possibly required
1. Evidence of at least three completed contracts within the last five years for supply of catamaran mooring buoys which have the following characteristics:
a. Safe Working Load of at least 250 tonnes
b. Mooring buoy remains horizontal during use
c. Floats are made from maintenance-free, UV-resistant, material
d. Buoys are fitted with quick release hooks
e. Buoys are fitted with safety features including guard rails, fender strips, access ladder, marine light & radar reflector, mooring fittings for service boat
2. Evidence of at least three completed contracts within the last five years for the design and supply of anchor chains for catamaran mooring buoys with a Safe Working Load of at least 250 tonnes.
3. For each completed commission, bidders must provide a contact for the customer. The Port Authority will contact the customer to obtain confirmation that the buoy(s) and anchor chains supplied met the contract requirements.
4. A UKAS or equivalent accredited third party certificate of compliance with BS EN ISO 9001 (or equivalent), or documented quality assurance policy and procedures which are to an equivalent scope and standard.
Failure to meet the minimum standards required may result in a bidder excluded from the tender process.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
To be determined at tender stage.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 March 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
10 April 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 1 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Bidders are responsible for all costs associated with preparation and submission of their pre-qualification submission and, if invited to tender, subsequent tendering costs.
Stornoway Port Authority reserves the right to amend or withdraw this procurement opportunity and shall have no liability to bidders as a result.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=711141.
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.
(SC Ref:711141)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
9 Lewis Street
Stornoway
HS1 2JF
Telephone
+44 1851702231
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Scottish Courts
six.4.4) Service from which information about the review procedure may be obtained
Sheriff Court House
7 Lewis Street
Stornoway
HS1 2JF
Telephone
+44 851702231
Country
United Kingdom