Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Aberdeen Harbour Board
16 Regent Quay
Aberdeen
AB11 5SS
UK
Telephone: +44 1224597000
E-mail: k-young@aberdeen-harbour.co.uk
NUTS: UK
Internet address(es)
Main address: www.doigandsmith.co.uk
Address of the buyer profile: www.aberdeen-harbour.co.uk
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 another address:
Doig and Smith
Blaikies Quay
Aberdeen
AB11 5PQ
UK
Contact person: Sam Munro
Telephone: +44 1224589560
E-mail: smunro@doigandsmith.co.uk
NUTS: UKM50
Internet address(es)
Main address: www.doigandsmith.co.u
Tenders or requests to participate must be sent electronically to:
www.publiccontractsscotland.gov.uk
I.6) Main activity
Port-related activities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Aberdeen South Harbour - Dredging, Disposal, Caisson Bediing and Revetment Works.
Reference number: 12-242
II.1.2) Main CPV code
45241000
II.1.3) Type of contract
Works
II.1.4) Short description
Construction of Aberdeen South Harbour has commenced. This tender is for the completion of works to form a new revetment, dredging between existing piles, complete soft dredging operations and excavate, dredging and dispose of rock in a marine environment and placement of bedding and levelling materials for concrete caisson units.
II.1.5) Estimated total value
Value excluding VAT:
15 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKM50
Main site or place of performance:
Aberdeen
II.2.4) Description of the procurement
Aberdeen South Harbour has been partially constructed. This procurement is for works that are required to complete specific elements of the outstanding works described in in this notice and prevent coastal erosion impacting on local infrastructure and loss of partially constructed works and associated potential impact on the marine environment.
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:
15 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 4
This contract is subject to renewal: No
II.2.10) Information about variants
Variants will be accepted:
No
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
Removal of rock through blasting has been used previously on the project. The process experienced considerable delays due to marine and environmental conditions.
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:
Tendering parties will require to be a member of the European Dredging Association or other equivalent recognised trade body for dredging organisations.
III.1.2) Economic and financial standing
Minimum level(s) of standards required:
Bidders will require to have an average yearly turnover of a minimum of 30 million GBP in the business area covered by the contract for the last 3 years. (ESPD Q4B1.2)
Bidders will be required to state the values for the following financial
Current Ratio = Current Assets/Current Liabilities.
An acceptable range will be 1.3 to 3
Solvency Ratio = After Tax Profit + Depreciation/Total Liabilities.
Minimum Value is O.2 (or 20 %)
III.1.3) Technical and professional ability
List and brief description of selection criteria:
ESPD:
Technical Capability Questions are included within the ESPD. A total of 100 points are available.
Previous Experience 60 %
Environmental Management 15 %
Average annual manpower for the last three years 10 %
Relevant tools, plant or technical equipment available to you in relation to this procurement exercise 15 %
Only bidders whose scores which achieve 80 % or higher of the highest scoring bidder will be reviewed further for the tender stage.
ITT:
Quality/Technical – 75 %
Cost/Price – 25 %
As described more fully in the Invitation to Tender
III.1.4) Objective rules and criteria for participation
Availability of suitable plant, equipment and resources to meet Contract dates must be demonstrated and other criteria as set out in the procurement documents.
The appointed bidder will require the following insurances to be in place at contract award:
Employers Liability - Cover of not less than 20 million GBP for any one event.
Professional Indemnity - Cover of not less than 10 million GBP for any one event.
Protection and Indemnity - Dredging and Marine Insurance - Cover of not less than 25 million GBP for any one event.
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Interim Payments based on agreed Contract Activity Schedule.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Details are provided within the tender information. Key aspects will include
— Ability to mobilise and commence works quickly,
— Nature of specialist equipment proposed and environmental benefits of such methodology and demonstration of effectiveness,
— Programme of works to substantial completion of rock removal by August 2020 and completion of all works prior to onset of winter season 2020.
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
Open 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:
15/06/2020
Local time: 12:00
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)
IV.2.7) Conditions for opening of tenders
Date:
15/06/2020
Local time: 13:00
Place:
Files will be unlocked by Public Contract Scotland tender portal.
Information about authorised persons and opening procedure:
Files will be opened in the presence of Aberdeen Harbour Board Engineering Department and Doig and Smith Representatives.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) 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.
If a bidder is not able to provide the requested ESPD supporting documents, or withholds or misrepresents such information, this is a discretionary ground for exclusion
Opportunity is for immediate work requirements to safeguard the project Further tendering opportunities may be published in due course.
The Procurement is an Open procedure - Accelerated.
The Harbour has been partially constructed to date. Revetment works remain incomplete with uncertainty regarding the stability of the remaining structure. Without substantial works being undertaken there is a significant risk that erosion of the existing works will lead to further land slippage and risk to the adjacent roads infrastructure.
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=621860.
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.
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
The works will have a very limited duration and nature of the works will provide little opportunity for community benefits. The works are part of a wider project where community benefits are incorporated.
(SC Ref:621860)
VI.4) Procedures for review
VI.4.1) Review body
Aberdeen Civil Justice Centre and Commercial Courts
Queen Street
Aberdeen
AB10 1AQ
UK
VI.5) Date of dispatch of this notice
25/05/2020