Tender

Riverside Way, Inverness - Strategic Active Travel Corridor (Stage 1) Re-advertised

  • The Highland Council

F02: Contract notice

Notice identifier: 2023/S 000-012676

Procurement identifier (OCID): ocds-h6vhtk-03c60a

Published 3 May 2023, 2:52pm



Section one: Contracting authority

one.1) Name and addresses

The Highland Council

Council Headquarters, Glenurquhart Road

Inverness

IV3 5NX

Email

pdu_procurement@highland.gov.uk

Telephone

+44 1463702563

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.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