Section one: Contracting authority
one.1) Name and addresses
Comhairle nan Eilean Siar
Council Offices, Sandwick Road
Stornoway
HS1 2BW
Telephone
+44 1851600501
Country
United Kingdom
NUTS code
UKM64 - Na h-Eileanan Siar (Western Isles)
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00262
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Lochmaddy Pier Improvement Programme Main Works
two.1.2) Main CPV code
- 45244000 - Marine construction works
two.1.3) Type of contract
Works
two.1.4) Short description
The proposed upgrade works to Lochmaddy Ferry Terminal are required to facilitate the new vessel, due to commence operating on the Skye Triangle. The principal elements of the works include:
-Dredging – To increase seabed depths adjacent to the ferry berth and linkspan, and on the rocky foreshore to the north of the berth to allow increased space for manoeuvring in strong cross winds;
- Reclamation – To increase the capacity and functionality of the marshalling areas;
- Temporary Works – To allow continued operation of the ferry service, temporary fenders will be required on the south berthing face;
- Demolition – Lowering of the existing roundhead to match the existing and new deck levels;
- Pier Extension – Off site construction of a reinforced concrete caisson, including fixtures and fittings, preparing a foundation and sinking the caisson onto the foundation; Construction of a reinforced concrete slab over the caisson after filling with rock fill;
- Concrete Repairs – Repair works and coating to existing reinforced concrete pier deck slab, cross beams and columns;
- Fendering – Upgraded fendering system to the new and existing pier structure;
- Services – Diversions of existing services to facilitate the works, upgrade of the sub-station, power, lighting, potable water, drainage etc. to the ferry terminal to suit new terminal layout and allow bunkering and power supply to the new vessel.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45244000 - Marine construction works
two.2.3) Place of performance
NUTS codes
- UKM64 - Na h-Eileanan Siar (Western Isles)
two.2.4) Description of the procurement
The proposed upgrade works to Lochmaddy Ferry Terminal are required to facilitate the new vessel, due to commence operating on the Skye Triangle. The principal elements of the works include:
- Dredging – To increase seabed depths adjacent to the ferry berth and linkspan, and on the rocky foreshore to the north of the berth to allow increased space for manoeuvring in strong cross winds;
- Reclamation – To increase the capacity and functionality of the marshalling areas;
- Temporary Works – To allow continued operation of the ferry service, temporary fenders will be required on the south berthing face;
- Demolition – Lowering of the existing roundhead to match the existing and new deck levels;
- Pier Extension – Off site construction of a reinforced concrete caisson, including fixtures and fittings, preparing a foundation and sinking the caisson onto the foundation; Construction of a reinforced concrete slab over the caisson after filling with rock fill;
- Concrete Repairs – Repair works and coating to existing reinforced concrete pier deck slab, cross beams and columns;
- Fendering – Upgraded fendering system to the new and existing pier structure;
- Services – Diversions of existing services to facilitate the works, upgrade of the sub-station, power, lighting, potable water, drainage etc. to the ferry terminal to suit new terminal layout and allow bunkering and power supply to the new vessel.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
A maximum of 6 bidders who pass the minimum standards and meet the minimum threshold score for the scored elements of the SPD will then be invited to tender for the works at which point a technical and commercial evaluation will take place. The Comhairle may exclude any bidder who scores less than 50% of the achievable score in any of the scored questions in the SPD or 50% of the maximum total of the scored questions.
two.2.10) Information about variants
Variants will be accepted: Yes
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
The price:quality weighting at ITT stage will be within the 60:40 to 40:60 price:quality range. The weighting indicated in II.2.5 above is therefore indicative only.
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
Enrolment in a Trade Register
The bidder is enrolled in the relevant trade registers kept in the Member State of its establishment (as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015)
Bidders are required to complete the SPD in Project_18297 on PCS-Tender and provide all information requested.
Where the bidder relies on consortium members or subcontractors for more than 20% of the likely contract value, a completed SPD response from these consortium members or sub-contractors must be submitted.
Relevant evidence and certificates to support declarations in the SPD must be submitted with the SPD in Project_18297 on PCS-Tender.
A maximum of up to 6 bidders who pass the minimum standards and meet the minimum threshold score for the scored elements of the SPD will then be invited to tender for the works.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Turnover
The bidder must provide its (“general”) yearly turnover for the number of financial years specified in the relevant Contract Notice: Last 2 fiscal years
The bidder must provide its (“specific”) yearly turnover (Marine Construction) for the number of financial years specified in the relevant Contract Notice: Last 2 fiscal years
Accounts
The bidder must provide its annual accounts for the last 2 fiscal years
Financial ratios to be used
Current Ratio
Definition of Ratio - Total Equity / Total Liabilities
Turnover
Definition of Ratio - Estimated Contract Value as a % of Company Turnover
Insurances
The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
The minimum insurance requirements, on an each and every basis, are:
Employer's (Compulsory) Liability: 10m GBP
3rd Party and Property: 10m
Loss of or Damage to the works including Plant and Materials: 10m GBP
Minimum level(s) of standards possibly required
Turnover
Minimum required general turnover per year: We would expect general turnover to be at least approx. 2 times the estimated contract value.
Minimum required specific turnover per year: We would expect specific turnover to be at least approx. 100% of the estimated value of the marine construction works element of the contract.
Accounts
The bidder must provide its annual accounts for the last 2 fiscal years
Current Ratio
Requirement – A healthy business should have a range of 1.2 to 2.
Turnover
Requirement - This should be less than 50% for general turnover and 100% for specific turnover.
Insurances
The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
The minimum insurance requirements, on an each and every basis, are:
Employer's (Compulsory) Liability: 10m GBP
3rd Party and Property: 10m
Loss of or Damage to the works including Plant and Materials: 10m GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
Relevant selection criteria are detailed in project_18297 on PCS-Tender.
Minimum level(s) of standards possibly required
Relevant information is detailed in project_18297 on PCS-Tender.
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 April 2021
Local time
2:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
31 May 2021
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: 6 (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
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 18297. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
The Strategic Community Plan is designed to ensure that there is a proper balance between economic, social and environmental well-being, and that it will effect real changes across all of the communities that CnES serves. The Community Plan will deliver positive benefits in income, education, health, safety, partnership, social inclusion and the future environment.
The phrase “Community Benefit” is a generic term which can be applied to many aspects of the Community Plan, for example levels of employment, levels of income, level of training opportunities, level of sustainable development, level of youth attainment, level of inward investment, etc.
CnES takes a broad and strategic view of the type of community benefit that can be achieved and the means by which we can achieve them.
CnES specifically encourages and supports the training and recruitment of young people and those returning to the labour market in order that they can be successfully equipped to obtain and sustain employment
(SC Ref:647938)
six.4) Procedures for review
six.4.1) Review body
Stornoway Sheriff Court
Stornoway
Country
United Kingdom