Section one: Contracting authority
one.1) Name and addresses
The Highland Council
Council Headquarters, Glenurquhart Road
Inverness
IV3 5NX
pdu_procurement@highland.gov.uk
Telephone
+44 1463702563
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained 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
Riverside Way, Inverness - Strategic Active Travel Corridor (Stage 1) Re-advertised
Reference number
YEHAS6111
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Construction of a new segregated contraflow cycle lane and footway as part of the Inverness City Active Travel Network (ICATN) Route 2 on the Riverside Way.
two.1.5) Estimated total value
Value excluding VAT: £2,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45233162 - Cycle path construction work
- 45233161 - Footpath construction work
- 45233150 - Traffic-calming works
- 45233290 - Installation of road signs
two.2.3) Place of performance
NUTS codes
- UKM6 - Highlands and Islands
Main site or place of performance
Ness Walk, Inverness
two.2.4) Description of the procurement
Construction of a new segregated contraflow cycle lane and footway as part of the Inverness City Active Travel Network (ICATN) Route 2 on the Riverside Way.
The main works will be the following:
- Drainage works;
- Carriageway (3665m2) and footway resurfacing(5966m2);
- Kerbing (2833m) & Footway Edging (1465m);
- Installation of raised tables;
- Associated infrastructure, road signing and carriageway markings; and
- Removal of lighting columns and associated electrical work in conjunction with The Highland Council.
- Site clearance will include cold milling of the existing pavement, kerbing, footway pavement, removal of pedestrian guardrail and fence, tree removal and road markings.
(Refer to eleven General Arrangement drawings no. 60684495-SHT-CON-DD-0105-P1-001 to 011 inclusive)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
6
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:
The number would seem appropriate given the number of perceived local and national contractors who may have appetite for and be able to undertake these works.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As outlined in the attached SPD instructions and supporting information documentation.
three.1.2) Economic and financial standing
List and brief description of selection criteria
During this first stage of the selection, the selection team will determine on a pass/fail basis whether: - the Bidder has submitted a complete and compliant SPD Response; and- any of the Bidders are in breach of the mandatory grounds for exclusion or, in the case of the discretionary exclusion grounds, are considered ineligible at the discretion of the Council, in accordance with Part III of the SPD and Regulation 58 of the Regulations.
Stage Two: Selection Criteria - Minimum Requirements During this second stage of the selection, the selection team will determine on a pass/fail basis whether the Bidder:- meets the requisite economic and financial standing selection criteria deemed appropriate for the Project set out in Part 3 of these SPD Instructions; and- meets the technical and professional ability selection criteria set out in Part 3 of these SPD Instructions.
Minimum level(s) of standards possibly required
During this first stage of the selection, the selection team will determine on a pass/fail basis whether: - the Bidder has submitted a complete and compliant SPD Response; and- any of the Bidders are in breach of the mandatory grounds for exclusion or, in the case of the discretionary exclusion grounds, are considered ineligible at the discretion of the Council, in accordance with Part III of the SPD and Regulation 58 of the Regulations.
Stage Two: Selection Criteria - Minimum Requirements During this second stage of the selection, the selection team will determine on a pass/fail basis whether the Bidder:- meets the requisite economic and financial standing selection criteria deemed appropriate for the Project set out in Part 3 of these SPD Instructions; and- meets the technical and professional ability selection criteria set out in Part 3 of these SPD Instructions.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders shall as a minimum demonstrate the following:
1. Provide two case studies (max 2 sides of A4) that demonstrate your competence and experience in constructing similar active travel projects including how you accommodated the movement of active travel users during the construction works.
2. Experience and competence in the construction of roads and associated civil engineering works.
3. Qualifications and accreditation of the proposed team in carrying out the proposed works including reference to construction of roads, kerbing, proposed plant and H&S/Risk Assessment qualifications and training.
4. Environmental management systems in place that will ensure works are carried out without lasting damage to the environment including working next to trees, minimising disruption and avoiding nuisance to the local community.
5. Ability to deliver all aspects of the contract including acting as Principal Contractor under CDM regulations, whether through the use of in-house resources or robust arrangements for selecting and managing sub-contractors or partner organisations.
Minimum level(s) of standards possibly required
Bidders shall as a minimum demonstrate the following:
1. Provide two case studies (max 2 sides of A4) that demonstrate your competence and experience in constructing similar active travel projects including how you accommodated the movement of active travel users during the construction works.
2. Experience and competence in the construction of roads and associated civil engineering works.
3. Qualifications and accreditation of the proposed team in carrying out the proposed works including reference to construction of roads, kerbing, proposed plant and H&S/Risk Assessment qualifications and training.
4. Environmental management systems in place that will ensure works are carried out without lasting damage to the environment including working next to trees, minimising disruption and avoiding nuisance to the local community.
5. Ability to deliver all aspects of the contract including acting as Principal Contractor under CDM regulations, whether through the use of in-house resources or robust arrangements for selecting and managing sub-contractors or partner organisations.
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
2 June 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
9 June 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: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
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=731127.
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.
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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community benefits requirements will be as set out in a separate Community Benefits Project Plan which will form part of the overall qualitative assessment at the ITT stage.
(SC Ref:731127)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
The Castle
Inverness
IV2 3EG
Country
United Kingdom