Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Orkney Islands Council (Harbour Authority)
Council Offices, School Place
Kirkwall
KW15 1NY
UK
Contact person: David Custer
Telephone: +44 1856873535
E-mail: david.custer@orkney.gov.uk
NUTS: UKM65
Internet address(es)
Main address: http://www.orkneyharbours.com
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11522
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
www.publiccontractsscotland.gov.uk
I.6) Main activity
Port-related activities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Orkney Logistics Base (Hatston) Phase 1
Reference number: OIC/PROC/1891
II.1.2) Main CPV code
45112300
II.1.3) Type of contract
Works
II.1.4) Short description
The Orkney Logistics Base Phase 1 development is the infilling of the South-East shoreline to the South side of the existing causeway to the existing Hatston Pier, including a small area of steel sheet piling to ensure a transition from the proposed HGV Parking area within Phase 1 to the main suspended deck pier, concrete paving, roads and services and supporting drainage.
II.1.5) Estimated total value
Value excluding VAT:
7 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45112300
II.2.3) Place of performance
NUTS code:
UKM65
Main site or place of performance:
Hatston Pier, Hatston, Kirkwall, Orkney Islands
II.2.4) Description of the procurement
This procurement is for the design and construction of Orkney Logistics Base (Hatston) Phase 1 works comprising as follows:- formation of new outer rock armoured containment bund, approx. 2.2 hectares seabed reclamation, installation of steel sheet piling and construction of new concrete hardstanding areas to provide lorry marshalling and general laydown along with associated access roads, services and drainage. The successful Contractor will be appointed as Principal Contractor under CDM Regs for the design and construction of this project utilising NEC4 ECC contract.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
7 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
https://orkneyharboursmasterplan.com/
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
The relevant selection criteria will be included in the SPD Scotland module.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents.
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.6) Deposits and guarantees required:
Financial Bond for 10% of contract value and Parent Company Guarantee for Contractor. Collateral Warranties required for all designers
and designing sub-contractors.
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Interim Payments are made after some work has been accomplished but before final delivery and acceptance.
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Council reserves the right to require a group of economic operators which is awarded the contract to assume a specific legal form for
the purpose of the award of the contract, such legal form being a limited company or limited liability partnership
III.2) Conditions related to the contract
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
06/05/2024
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
03/06/2024
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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 VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Orkney Islands Council reserves the right to cancel the procurement at any stage and not award a Contract. The expenditure, work or effort
undertaken by bidders prior to the award of any Contract is accordingly a matter solely for the commercial judgement of bidders. Late tenders will not be considered by the Council and all questions are to be submitted via the Questions and Answers section of this contract advertisement on PCS. An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations may bring proceedings in the Sheriff Court of Court of Session.
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=761795.
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:
A summary of the expected community benefits has been provided as follows:
The examples provided should describe how your organisation has delivered community benefits on previous projects and how they
addressed the following issues:-
(a) generating employment and training opportunities for long-term unemployed people;
(b) providing training opportunities;
(c) development of trade skills in your existing workforce;
(d) equal opportunities recruitment procedures; and
(e) delivering environmental benefits
(SC Ref:761795)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=761795
VI.4) Procedures for review
VI.4.1) Review body
Kirkwall Sheriff Court
Watergate
Kirkwall
KW15 1PD
UK
VI.5) Date of dispatch of this notice
02/04/2024