Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cromarty Firth Port Authority t/a Port of Cromarty Firth
Port Office, Shore Road
Invergordon
IV18 0HD
UK
Telephone: +44 1349852308
E-mail: calum@cfpa.co.uk
NUTS: UKM6
Internet address(es)
Main address: http://www.pocf.co.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA20502
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge 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
I.4) Type of the contracting authority
Other: Statutory Port Authority
I.5) Main activity
Other: Statutory Port Authority
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Port of Cromarty Firth, Invergordon Service Base Phase 4 Development
Reference number: PoCF Phase 4 Contractor
II.1.2) Main CPV code
45241000
II.1.3) Type of contract
Works
II.1.4) Short description
Port of Cromarty Firth, Invergordon service base Phase 4 Development.
This notice is being issued by the Port of Cromarty Firth (PoCF).
PoCF is looking to appoint a Contractor to undertake Construction Works at Invergordon which are required to expand the ports capability and facility as a multi-user port. The works will expand the Phase 3 project area and will include capital dredging, and associated disposal and re-use / import of materials as part of the land reclamation to create an additional 11 acres of land which has both rock revetments, and appropriate concrete and stone surfacing. The new quay wall construction using piling and anchoring techniques is 215m long and will have associated corrosion protection, bollards, aids for navigation, lighting, water and electricity supply. It is an expectation of this contract that the successful bidder will engage fully with local supply chain.
II.1.5) Estimated total value
Value excluding VAT:
20 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45000000
45200000
45240000
45241100
45241600
45243000
45252124
45262211
45262350
45262310
45112320
II.2.3) Place of performance
NUTS code:
UKM6
Main site or place of performance:
Invergordon.
II.2.4) Description of the procurement
The principle objective of this tender is to appoint a single contractor to provide the following marine and infrastructure Services to PoCF:
— capital dredging and disposal,
— land reclamation,
— quay wall construction,
— rock revetment construction,
— fender installation,
— corrosion protection,
— concrete slab,
— bollard foundations and installation,
— stone surfacing,
— services upgrades for electricity, lighting, drainage and water,
— security fencing.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
20 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 17
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
This procurement will be conducted through the use of the Restricted procedure. All queries about this procurement must be made via the PCS messaging system.
The process we will apply will be:
— statements including the specific requirements can be found within Section III.1.1, III.1.2 and III.1.3 of the Contract notice,
— bidder's must pass the minimum standards sections of the ESPD (Scotland).
Part III. and Section B of Part IV will be scored on a pass/fail basis, and Section C of Part IV of the ESPD (Scotland) will be scored in the following way:
10- Excellent- Response is very strong in all aspects
8- Good- Response is strong in most aspects
6- Acceptable- Response is more than satisfactory in a few aspects
4- Minor Reservations- Response is just satisfactory
2- Major Reservations- Response is unsatisfactory with significant cause for concern
0- Unacceptable- No response or the response is irrelevant
— The responses to the questions of Section III.1.3 of the Contract Notice will be weighted the following way: Please see ESPD (Scotland).
Question 4C.1: 35 %, 4C.2: 10 %, 4C.4: 5 %, 4C.6: 5 %, 4C.6.1: 5 %, 4C.7: 15 %, 4C.10: 15 %, Community Benefit 10 %.
— We will take the six highest scoring bidders through and they will be invited to submit a tender.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Identification of the project:
The procurement is related to a project and/or programme financed by European Union funds
II.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
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:
4D.1: The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).
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.
Documented arrangements for ensuring that on-site welfare provision meets legal requirements and the needs/expectations of the bidder’s employees. This must demonstrate that suitable welfare facilities will be in place before starting work on site, whether provided by site specific arrangements or the bidder’s own organisational measures.
The bidder must meet any health and safety requirements placed upon you by law.
4D.2: 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.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Please refer to these statements when completing section 4B of the ESPD (Scotland).
4B.1.1: Bidders will be required to have a minimum average yearly turnover of 40 000 000 GBP for the last 3 years.
4.B.1.3: Where relevant documentation is available electronically, the Bidder should indicate.
4B.3: Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
4B.4: Bidders must demonstrate a return on capital employed at a ratio of greater than zero.
Ratio will be calculated as follows: net profit after tax divided by net assets (total assets less current liabilities).
Bidders must demonstrate a Current Ratio of greater than 1.
Current Ratio will be calculated as follows: net current assets divided by net current liabilities.
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
4B.4.1: Where relevant documentation is available electronically, the Bidder should indicate.
4B.5.1 to 3: 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 of insurance indicated below:
Employer’s liability: 10 000 000 GBP (each and every claim).
Public liability: 10 000 000 GBP (each and every claim).
Contractors all risk 10 000 000 GBP (each and every claim).
Professional indemnity: 5 000 000 GBP (each and every claim) — Both the contractors and their consultants.
III.1.3) Technical and professional ability
Minimum level(s) of standards required:
4C.1: Bidders will be required to provide examples of works carried out in the past 5 years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site notice.
4C.1.1 The Bidder shall indicate if the relevant documentation concerning satisfactory execution and outcome for the most important works is available electronically.
4C.2: Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.
4C.4: Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice.
4C.6: Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: NEBOSH, CQI, IRCA, IEMA or equivalent.
4C.6.1.: Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications: NEBOSH, CQI, IRCA, IEMA or equivalent.
4C.7: Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements: NEBOSH, CQI, IRCA, IEMA or equivalent.
4C.8.1: Bidders will be required to confirm their average annual manpower for the last 3 years.
4C.8.2: Bidders will be required to confirm the number of managerial staff for the last 3 years.
4C.10: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
4D.1: The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).
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.
Documented arrangements for ensuring that on-site welfare provision meets legal requirements and the needs/expectations of the bidder’s employees. This must demonstrate that suitable welfare facilities will be in place before starting work on site, whether provided by site specific arrangements or the bidder’s own organisational measures.
The bidder must meet any health and safety requirements placed upon you by law.
4D.2: 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.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Site work.
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2018/S 065-143912
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
20/06/2018
Local time: 09:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
29/06/2018
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: 4 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Environmental management operations.
The Invergordon Service Base is located on the north shore of the Cromarty Firth approximately 20km north of Inverness and is located in close proximity to Sites of special scientific interest (SSSIs), Ramsar and Special protection areas (SPAs). In particular, the area is renowned for species including diadromous fish, birds, otters and marine mammals. The bidders applying will therefore need to pay particular attention to and prove past experience in working within such a sensitive environment.
Health and safety operations.
Bidders will be expected to be accredited as part of Construction skills certification scheme. The bidder should have a full understanding of the Construction (Design and management) Regulations 2015.
Any workings where Key stakeholders included the UK Major Ports Group (UKMPG), British Ports Association (BPA) or Port skills and safety (PSS) should be demonstrated.
To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland web site.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://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.
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=543276
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.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
The project should include the delivery of wider social benefits in addition to the core purpose of the contract. Focus should be given to increased training and recruitment within the project community and the availability of sub-contracting opportunities.
The bidders should detail how they intend to improve the economic, social or environmental wellbeing of the project community in a way additional to the main purpose of the contract in which the requirement is included.
If the bidder intends to appoint a Community benefits manager, the bidder shall demonstrate their involvement with successfully delivered community benefits as part of previous projects.
(SC Ref:543276).
VI.4) Procedures for review
VI.4.1) Review body
Cromarty Firth Port Authority t/a Port of Cromarty Firth
Port Office, Shore Road
Invergordon
IV18 0HD
UK
Telephone: +44 1349852308
E-mail: calum@cfpa.co.uk
Internet address(es)
URL: http://www.pocf.co.uk/
VI.5) Date of dispatch of this notice
21/05/2018