Section one: Contracting authority
one.1) Name and addresses
Kishorn Port Limited
Royal Bank Buildings, High Street
Dingwall
IV15 9HA
Contact
Tom Rea
Telephone
+44 1349866775
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
Internet address(es)
Main address
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.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.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £20,869,066.67
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.2.11) 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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
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: 2024/S 000-030067
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
2 June 2025
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
RJ McLeod (Contractors) Ltd
2411 London Road
Glasgow
G32 8XT
Telephone
+44 1417642411
Fax
+44 1417642434
Country
United Kingdom
NUTS code
- UKM6 - Highlands and Islands
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £20,869,066.67
Section six. Complementary information
six.3) Additional information
(SC Ref:802176)
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