Opportunity

Invercoe Bridge Replacement

  • The Highland Council

F02: Contract notice

Notice reference: 2021/S 000-011478

Published 24 May 2021, 12:24pm



Section one: Contracting authority

one.1) Name and addresses

The Highland Council

Council Headquarters, Glenurquhart Road

Inverness

IV3 5NX

Contact

Bill Jenkins

Email

W.JENKINS@highland.gov.uk

Country

United Kingdom

NUTS code

UKM6 - Highlands and Islands

Internet address(es)

Main address

http://www.highland.gov.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Invercoe Bridge Replacement

Reference number

YEHAS7274

two.1.2) Main CPV code

  • 45220000 - Engineering works and construction works

two.1.3) Type of contract

Works

two.1.4) Short description

Construction of a 60m long, 2 span, steel and concrete composite bridge (ladder deck construction), including contractor designed piles, to replace the existing 4 span reinforced concrete structure. Construct temporary offline diversion (including temporary bridge). Demolition of existing structure.

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute
Main site or place of performance

B863, Glencoe Village OS Grid Ref NN09878 59214

two.2.4) Description of the procurement

As per II.1.4 - Short Description

The Form of Contract will be -NEC4 ECC Option A Priced Contract with Activity Schedule.

The works are across the tidal reach of the River Coe. The Contractor shall be responsible for the preparation, implementation and supervision of an Environmental Management Plan for the Works.

The Works are anticipated to commence in November 2021.

two.2.5) Award criteria

Quality criterion - Name: Quality Scoring / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £5,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

18

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 8

Objective criteria for choosing the limited number of candidates:

Financial vetting, ESPD, Health & Safety, Experience

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders will be required to have a minimum "general" yearly turnover of 8M GBP for the last 3 financial years. Bidders may be required to confirm the values for the following financial ratios as stated in the ESPD:

Profit margin

Liquidity ratio

Solvency ratio

Contract limit is expected to be a minimum of twice the estimated Contract value.

See ESPD regarding Insurance requirements.

Bidders will be required to provide relevant examples of Works carried out in the past 7 years as detailed in the ESPD Works Experience Form uploaded to Additional Information.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders are required to hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BSEN ISO 9001 (or equivalent).

Bidders are required to provide details of their Health and Safety Policy.

Bidders are required to state if any of the following have been served against their organisation:

HSE Improvement Notices in the last 3 years

HSE Prohibition Notices in the Last 3 years

HSE convictions in the last 5 years

RIDDOR Accident Frequency Rate information is also required.


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

25 June 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

23 July 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

Tender must be valid until: 22 October 2021


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Please note that this contract notice is a re-advertisement of a previous scheme with changes made to Scope.

All companies wishing to express interest should complete the ESPD document and must also submit the ESPD details of Work Experience Form via PCS befor the pre-qualification deadline. Both forms are attached as Additional Documentation to this advertisement.

The restricted number of companies will then be invited to tender on the basis of recent experience of works of this nature, capability and financial factors; in accordance with the Scoring Matrix as attached as Additional Documentation.

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=654873.

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 sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

It is assummed that any Employment and Skills Plan relating to Community Benefits will form part of the Principal Contractors Employment and Skills Plan.

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 Contractor is required to complete an Employment and Skills Plan Template, showing how the requirements will be achieved on a month on month basis during the construction phase of the project and confirm their commitment to implementing this employment and skills development during the Contract. The Contractor will be expected to deliver Specified Benefits relating to school/industry visits, curriculum centred talks and work placements. Other Supplementary Benefits may also apply.

(SC Ref:654873)

six.4) Procedures for review

six.4.1) Review body

Inverness Sherriff & Justice of the Peace Court

The Inverness Justice Centre, Longman Road

Inverness

IV1 1AH

Email

inverness@scotcourts.gov.uk

Country

United Kingdom