Tender

Harbour Entrance Protection Works

  • Wick Harbour Authority

F01: Prior information notice (call for competition)

Notice identifier: 2021/S 000-032245

Procurement identifier (OCID): ocds-h6vhtk-03056c

Published 23 December 2021, 3:25pm



Section one: Contracting authority

one.1) Name and addresses

Wick Harbour Authority

Harbour Office

WICK

KW1 5HA

Contact

Camilla Elder

Email

office@wickharbour.co.uk

Telephone

+44 1955602030

Country

United Kingdom

NUTS code

UKM61 - Caithness & Sutherland and Ross & Cromarty

Internet address(es)

Main address

www.wickharbour.co.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Additional information can be obtained from another address:

Arch Henderson LLP

Princes Street

THURSO

KW14 7DH

Contact

James Simpson

Email

jsimpson@arch-henderson.co.uk

Telephone

+44 1847896896

Country

United Kingdom

NUTS code

UKM61 - Caithness & Sutherland and Ross & Cromarty

Internet address(es)

Main address

https://www.arch-henderson.co.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA14142

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Other type

Harbour Authority

one.5) Main activity

Other activity

Harbour Activities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Harbour Entrance Protection Works

Reference number

213013

two.1.2) Main CPV code

  • 45241000 - Harbour construction works

two.1.3) Type of contract

Works

two.1.4) Short description

Sheet piling, concrete facing and granular backfill to entrance, rock armour and tubular piles to outer faces of piers.

two.1.5) Estimated total value

Value excluding VAT: £2,400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45241000 - Harbour construction works

two.2.3) Place of performance

NUTS codes
  • UKM61 - Caithness & Sutherland and Ross & Cromarty
Main site or place of performance

Wick Harbour

two.2.4) Description of the procurement

Provision of Harbour Entrance Protection Works in accordance with design produced by Arch Henderson LLP. Work includes: purchasing, taking delivery of and driving sheet piles; purchasing, taking delivery of and driving 406 diameter and 610 diameter tubular piles; forming and placing pre-cast concrete members; purchasing taking delivery of and placement of 2,500m3 of rock armour; placing of insitu underwater facing concrete to entrance; placing of backfill granular material and construction of reinforced concrete decks.

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: £2,400,000

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

Bidders will be required to demonstrate that they have (or have access to) the appropriate technical facilities, study and research facilities and quality measures to deliver the types of requirements detailed in II.2.4 of this contract notice.

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 2,500,000 GBP for the last 3 years:

Or,

Bidders will be required to have an average yearly turnover of a minimum of 2,500,000 GBP for the last 5 years.

Bidders are required to provide copies of their last three year’s full financial statements, including any financial years not yet filed. Bidders are also required to state the value(s) for the following ratios for each period:

Current Ratio

The acceptable range per annum for this financial ratio is: Between 1.5 and 2.0

The ratio will be calculated as follows: Current Assets / Current Liabilities

Acid Test Ratio

The acceptable range per annum for the financial ratio is: > 1.0

The ratio will be calculated as follows: Current Assets less Stock / Current Liabilities

Minimum level(s) of standards possibly required

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

Employer’s (Compulsory) Liability Insurance = 10 Million GBP

Public Liability Insurance = 10 Million GBP

Professional indemnity insurance = 2 Million GBP

Product Liability Insurance = 1 Million GBP

There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders will be required to

- provide two examples of works carried out in the past five years that demonstrate the relevant experience to deliver the work as described in part II.2.4.

- confirm their average annual manpower for the last three years is commensurate with the size and complexity of proposed works.

- confirm their and the number of managerial staff for the last three years is commensurate with the size and complexity of proposed works.

- demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 of this contract notice.

- confirm whether they intend to subcontract and, if what proportion of the contract and details of how they intend to manage the subcontractors.

- provide 24 hours call-out.

- hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).

OR

The Bidder must have the following:

A documented policy regarding quality management. The Policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The Policy must be relevant to the nature and scale of the work to be undertaken and set out responsibility for quality management throughout the organisation.

Minimum level(s) of standards possibly required

Health and Safety Procedures

The bidder must hold a UKAS (or equivalent), accredited independent third-party certificate of compliance in accordance with BS OHSAS 18001 (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 (H&S) management endorsed by the Chief Executive Officer or equivalent.

Minimum level(s) of standards required:

Selection Criteria as stated in the procurement document ESPD and ESPD Guidance attached to this notice.

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 expressions of interest

Date

28 January 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.5) Scheduled date for start of award procedures

25 February 2022


Section six. Complementary information

six.3) Additional information

Time Limit for receipt of tenders or requests to participate

Date: 28/01/2022

Local time: 12.00

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 25/02/2022

Language in which tenders or requests to participate may be submitted

English (EN)

Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for the receipt tender)

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=678281.

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.

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:

The Contracting Authority requires the Contractor to engage with the local community in the form of opportunities and the sponsorship of local maritime activities

(SC Ref:678281)

six.4) Procedures for review

six.4.1) Review body

Wick Harbour Authority

Harbour Office

WICK

KW1 5HA

Email

office@wickharbour.co.uk

Telephone

+44 1955602030

Country

United Kingdom

Internet address

www.wickharbour.co.uk/