Tender

Kishorn East Reclamation and Dry Dock Enlargement

  • Kishorn Port Limited

F02: Contract notice

Notice identifier: 2024/S 000-030067

Procurement identifier (OCID): ocds-h6vhtk-049c5e

Published 19 September 2024, 4:45pm



Section one: Contracting authority

one.1) Name and addresses

Kishorn Port Limited

Royal Bank Buildings, High Street

Dingwall

IV15 9HA

Contact

Tom Rea

Email

dingwall@wallacestone.co.uk

Telephone

+44 1349866775

Country

United Kingdom

NUTS code

UKM6 - Highlands and Islands

Internet address(es)

Main address

www.wallacestone.co.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA20382

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

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA20382

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA20382

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Port & Dry Dock


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Kishorn East Reclamation and Dry Dock Enlargement

Reference number

P2525

two.1.2) Main CPV code

  • 45248200 - Dry docks construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Kishorn Port Limited own and operate the Dry Dock facility at Kishorn. The existing Dry Dock is to be enlarged by forming a cutting 100m long and 60m wide into the rock foreshore. The rock material blasted and removed will be used to reclaim 8.5 hectares of foreshore land to the east of the Dry Dock. Access roads are to be repositioned around the new works. The Contractor will design the blasting elements of the Works.

two.1.5) Estimated total value

Value excluding VAT: £15,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45112300 - Infill and land-reclamation work
  • 45248200 - Dry docks construction work
  • 45241000 - Harbour construction works
  • 45113000 - Siteworks

two.2.3) Place of performance

NUTS codes
  • UKM6 - Highlands and Islands
Main site or place of performance

Kishorn Port & Dry Dock

Kishorn

Strathcarron

IV54 8XA

two.2.4) Description of the procurement

The procurement will be conducted in accordance with the Restricted Procedure.

First Stage: Selection and Shortlisting (Selection Stage)

A Selection Stage exercise will be carried out. Successful bidders at this stage will be eligible to progress to the Award Stage.

Bidders are required to complete the SPD 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 subcontractors must be submitted.

Relevant evidence and certificates to support declarations in the SPD must be submitted with the SPD.

A maximum of up to 5 applicants will be shortlisted to go forward to the Award Stage of this competition.

Second Stage: Invitation to Tender (Award Stage)

Bidders successful at the Selection Stage will be invited to participate in the Award Stage.

The general award criteria will be based on a combination of price and quality. Specific percentage weightings for each will be published in the Invitation to Tender document for the Award Stage exercise. The quality sub-criteria will include: Health and Safety, Environmental, use of Local Suppliers and matters relating to delivery of the works e.g. Organisation, Personnel, Methodology and Programme.

The weightings of sub-criteria for the Quality submission will be included in the Invitation to Tender document for the Award Stage exercise.

two.2.5) Award criteria

Quality criterion - Name: Methodology, Programme & Quality Control / Weighting: 30%

Cost criterion - Name: Tender Price / Weighting: 70%

two.2.6) Estimated value

Value excluding VAT: £15,000,000

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

Duration in months

15

This contract is subject to renewal

No

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

Envisaged number of candidates: 5

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

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

11 October 2024

Local time

12:00pm

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

28 October 2024

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: 3 (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=778281.

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:

Project start date is time critical and tendering contractors are expected to enter into agreement with any required sub-contractors during the main works tender period. There is insufficient time available for a separate sub-contract tender process after award of this contract.

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:

Kishorn Port Limited are not a Public Contracting Authority in terms of the Procurement Reform (Scotland) Act 2014 and compulsory community benefit requirements do not therefore apply to this contract. However, as some funding will be from public grants, bidders are encouraged to use local suppliers and companies and this will be considered in the scoring of submissions at the award stage.

(SC Ref:778281)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=778281

six.4) Procedures for review

six.4.1) Review body

Sherrif Court

The Inverness Justice Centre, Longman Road

Inverness

IV1 1AH

Telephone

+44 1463230782

Country

United Kingdom