Section one: Contracting authority
one.1) Name and addresses
Wick Harbour Authority
Harbour Office
WICK
KW1 5HA
Contact
Camilla Elder
Telephone
+44 1955602030
Country
United Kingdom
NUTS code
UKM61 - Caithness & Sutherland and Ross & Cromarty
Internet address(es)
Main address
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
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
Telephone
+44 1955602030
Country
United Kingdom