Opportunity

Millport Coastal Flood Protection Scheme - Construction

  • North Ayrshire Council

F02: Contract notice

Notice reference: 2021/S 000-027194

Published 29 October 2021, 1:45pm



Section one: Contracting authority

one.1) Name and addresses

North Ayrshire Council

Cunninghame House, Friars Croft

Irvine

KA12 8EE

Contact

Raymond Hamilton

Email

procurement@north-ayrshire.gov.uk

Country

United Kingdom

NUTS code

UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute

Internet address(es)

Main address

http://www.north-ayrshire.gov.uk

Buyer's address

http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html

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

Millport Coastal Flood Protection Scheme - Construction

Reference number

NAC/5075

two.1.2) Main CPV code

  • 45246400 - Flood-prevention works

two.1.3) Type of contract

Works

two.1.4) Short description

North Ayrshire Council requires the construction of offshore breakwater and onshore flood walls of the Millport Coastal Flood Protection Scheme.

two.1.5) Estimated total value

Value excluding VAT: £25,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45246000 - River regulation and flood control works
  • 45246410 - Flood-defences maintenance works
  • 45246400 - Flood-prevention works
  • 45243000 - Coastal-defence works

two.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland
  • UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute
Main site or place of performance

Millport, Isle of Cumbrae

two.2.4) Description of the procurement

North Ayrshire Council requires the construction of offshore breakwater and onshore flood walls of the Millport Coastal Flood Protection Scheme.

An overview of the Scheme is as described by the outline design documents as follows: -

- 01 Millport Coastal FPS - Description of operations,

- 02 Outline Design_Merged (drawings)

- 03 Landscape_Merged (drawings)

- 04 Millport Coastal FPS - Environmental Statement

- FRM-310-001 - Decision letter ( for Deemed Planning)

These documents have been uploaded to PCS-T for your information.

Further detailed design drawings and specifications will be shared with the contractors who are successful following SPD stage.

Estimated timescales of the procurement:

- Stage 1 - SPD Stage - 29th October 2021 - 29th November 2021

- Stage 1 - SPD Evaluation - 29th November - 14th January 2022

- Stage 2 - Invitation to Tender (ITT) Stage - 24th January 2022 - 18th March 2022

- Stage 2 - ITT Evaluation - 21st March 2022 - 31st May 2022

- Contract Award - June 2022

- Contract Award - August 2022

- Construction timescale: Estimated 18 months duration.

The requirement for a coastal flood protection scheme for Millport was included within the Ayrshire Local Flood Risk Management Strategy and Plan 2015 and 2016 respectively. The national Flood Risk Management Strategy identified a Flood Prevention Scheme for Millport Coastal as having a national priority rating of 10 of the 42 schemes.

two.2.5) Award criteria

Quality criterion - Name: Technical (TBC) / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £25,500,000

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

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Technical 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.

Bidders must confirm if they hold the particular authorisation or memberships.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders will be required to have a minimum yearly “specific” turnover of (17,000,000)GBP for the last 3 years in the business area covered by the contract.

North Ayrshire Council reserve the right to review the bidders financial information including information from credit reference agencies at tender stage and throughout the life of the contract, and seek clarifications if necessary. If clarifications are not satisfactory the bidder may be excluded from the tender process.

Bidders who cannot meet the required level of turnover will be excluded from this tender.

Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer’s (Compulsory) Liability Insurance = [10,000,000]GBP

http://www.hse.gov.uk/pubns/hse40.pdf

Public Liability Insurance [10,000,000]GBP

Professional Indemnity Insurance [5,000,000]GBP for a period of 12 years

Third-Party Motor Vehicle Insurance

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders should provide examples within the last 5 years that demonstrate your organisation’s (or, where applicable, design team members and/or named sub-contractors) relevant experience to deliver the services as described in part II.2.4 of this Contract Notice. Examples should be from similarly complex projects.

The technical experience will be scored out of a total of 40 points, with the overall score broken down as follows:

1. Please provide an example of previous experience where you have undertaken and completed coastal construction works of a similar scale to this requirement with a value in excess of 15,000,000 GBP (4 points)

2. Please provide an example of previous experience where you have undertaken and completed offshore construction works of a similar scale similar scale to this requirement with a value in excess of 15,000,000 GBP (4 points)

3. Please provide an example of previous experience where you have undertaken and completed precast concrete supply and installation (8 points)

4. Please provide an example of previous experience where you have undertaken and completed of construction works in close proximity to residents, including community engagement and managing any issues arising (8 points)

5. Please provide an example of previous experience where you have undertaken and completed materials delivery, waste management and traffic management in constrained locations, recognising Millport’s island location (8 points)

6. Please provide an example of previous experience where you have undertaken the management of environmental risks (4 points)

7. Please provide an example of previous experience where you have undertaken supply chain management on similar major construction projects (4 points)

Please Note – A minimum of 2 different project examples must be used over the last 5 years, however you may use the same example more than once in response to multiple questions. Please ensure each response relates directly to the question asked.

Please use the templates provided.

Full details of the scoring methodology is detailed within the restricted process guidance document on PCS-T.

Unsatisfactory experience will result in exclusion from the tender process.

Bidders must also provide two satisfactory references for the examples used on the reference templates provided. References should be completed and signed by previous customers for contracts of a similar value, size and scope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process.

Completed experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope.

Please provide a statement detailing the relevant tools, plant or technical equipment available to you in relation to this procurement exercise necessary to meet the requirements of this project as outlined in the documentation provided.

For the purposes of your response, please provide details of technical resources/equipment, such as plant, IT (hardware and software) etc available within your organisation, or, where relevant, consortium members and/or named sub-contractors which will be available to deliver the services required in this contract.

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of 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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-023484

four.2.2) Time limit for receipt of tenders or requests to participate

Date

29 November 2021

Local time

12:00pm

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

24 January 2022

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.2) Information about electronic workflows

Electronic payment will be used

six.3) Additional information

Lots are not being used for this tender for the reason(s) stated below:

Nature of the contract not suitable for lots.

Quality Management Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or a documented policy regarding quality management, see attachment at SPD question 4D.1.

Health and Safety Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum or the bidder must have a regularly reviewed and documented policy for Health and Safety management, see attachment at SPD question ED.1.

Environmental Management Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or the bidder must have a regularly reviewed documented policy regarding environmental management, see attachment at SPD question 4D.2.

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 5655 . 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: 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 will be requested on a minimum requirement basis for:

Employability and Training

Supply Chain Initiatives

Community and Education Initiatives

(SC Ref:670816)

six.4) Procedures for review

six.4.1) Review body

Kilmarnock Sheriff Court

Sheriff Court House, St Marnock Street

Kilmarnock

KA1 1ED

Telephone

+44 1563550024

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/