Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Riverside Way, Inverness - Strategic Active Travel Corridor (Stage 1) Re-advertised

  • First published: 04 May 2023
  • Last modified: 04 May 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03c60a
Published by:
The Highland Council
Authority ID:
AA26601
Publication date:
04 May 2023
Deadline date:
02 June 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Construction of a new segregated contraflow cycle lane and footway as part of the Inverness City Active Travel Network (ICATN) Route 2 on the Riverside Way.

The main works will be the following:

- Drainage works;

- Carriageway (3665m2) and footway resurfacing(5966m2);

- Kerbing (2833m) & Footway Edging (1465m);

- Installation of raised tables;

- Associated infrastructure, road signing and carriageway markings; and

- Removal of lighting columns and associated electrical work in conjunction with The Highland Council.

- Site clearance will include cold milling of the existing pavement, kerbing, footway pavement, removal of pedestrian guardrail and fence, tree removal and road markings.

(Refer to eleven General Arrangement drawings no. 60684495-SHT-CON-DD-0105-P1-001 to 011 inclusive)

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Highland Council

Council Headquarters, Glenurquhart Road

Inverness

IV3 5NX

UK

Telephone: +44 1463702563

E-mail: pdu_procurement@highland.gov.uk

NUTS: UKM6

Internet address(es)

Main address: http://www.highland.gov.uk/

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045

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


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Riverside Way, Inverness - Strategic Active Travel Corridor (Stage 1) Re-advertised

Reference number: YEHAS6111

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Construction of a new segregated contraflow cycle lane and footway as part of the Inverness City Active Travel Network (ICATN) Route 2 on the Riverside Way.

II.1.5) Estimated total value

Value excluding VAT: 2 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45233162

45233161

45233150

45233290

II.2.3) Place of performance

NUTS code:

UKM6


Main site or place of performance:

Ness Walk, Inverness

II.2.4) Description of the procurement

Construction of a new segregated contraflow cycle lane and footway as part of the Inverness City Active Travel Network (ICATN) Route 2 on the Riverside Way.

The main works will be the following:

- Drainage works;

- Carriageway (3665m2) and footway resurfacing(5966m2);

- Kerbing (2833m) & Footway Edging (1465m);

- Installation of raised tables;

- Associated infrastructure, road signing and carriageway markings; and

- Removal of lighting columns and associated electrical work in conjunction with The Highland Council.

- Site clearance will include cold milling of the existing pavement, kerbing, footway pavement, removal of pedestrian guardrail and fence, tree removal and road markings.

(Refer to eleven General Arrangement drawings no. 60684495-SHT-CON-DD-0105-P1-001 to 011 inclusive)

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: 2 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 6

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

The number would seem appropriate given the number of perceived local and national contractors who may have appetite for and be able to undertake these works.

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

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:

As outlined in the attached SPD instructions and supporting information documentation.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

During this first stage of the selection, the selection team will determine on a pass/fail basis whether: - the Bidder has submitted a complete and compliant SPD Response; and- any of the Bidders are in breach of the mandatory grounds for exclusion or, in the case of the discretionary exclusion grounds, are considered ineligible at the discretion of the Council, in accordance with Part III of the SPD and Regulation 58 of the Regulations.

Stage Two: Selection Criteria - Minimum Requirements During this second stage of the selection, the selection team will determine on a pass/fail basis whether the Bidder:- meets the requisite economic and financial standing selection criteria deemed appropriate for the Project set out in Part 3 of these SPD Instructions; and- meets the technical and professional ability selection criteria set out in Part 3 of these SPD Instructions.


Minimum level(s) of standards required:

During this first stage of the selection, the selection team will determine on a pass/fail basis whether: - the Bidder has submitted a complete and compliant SPD Response; and- any of the Bidders are in breach of the mandatory grounds for exclusion or, in the case of the discretionary exclusion grounds, are considered ineligible at the discretion of the Council, in accordance with Part III of the SPD and Regulation 58 of the Regulations.

Stage Two: Selection Criteria - Minimum Requirements During this second stage of the selection, the selection team will determine on a pass/fail basis whether the Bidder:- meets the requisite economic and financial standing selection criteria deemed appropriate for the Project set out in Part 3 of these SPD Instructions; and- meets the technical and professional ability selection criteria set out in Part 3 of these SPD Instructions.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Bidders shall as a minimum demonstrate the following:

1. Provide two case studies (max 2 sides of A4) that demonstrate your competence and experience in constructing similar active travel projects including how you accommodated the movement of active travel users during the construction works.

2. Experience and competence in the construction of roads and associated civil engineering works.

3. Qualifications and accreditation of the proposed team in carrying out the proposed works including reference to construction of roads, kerbing, proposed plant and H&S/Risk Assessment qualifications and training.

4. Environmental management systems in place that will ensure works are carried out without lasting damage to the environment including working next to trees, minimising disruption and avoiding nuisance to the local community.

5. Ability to deliver all aspects of the contract including acting as Principal Contractor under CDM regulations, whether through the use of in-house resources or robust arrangements for selecting and managing sub-contractors or partner organisations.


Minimum level(s) of standards required:

Bidders shall as a minimum demonstrate the following:

1. Provide two case studies (max 2 sides of A4) that demonstrate your competence and experience in constructing similar active travel projects including how you accommodated the movement of active travel users during the construction works.

2. Experience and competence in the construction of roads and associated civil engineering works.

3. Qualifications and accreditation of the proposed team in carrying out the proposed works including reference to construction of roads, kerbing, proposed plant and H&S/Risk Assessment qualifications and training.

4. Environmental management systems in place that will ensure works are carried out without lasting damage to the environment including working next to trees, minimising disruption and avoiding nuisance to the local community.

5. Ability to deliver all aspects of the contract including acting as Principal Contractor under CDM regulations, whether through the use of in-house resources or robust arrangements for selecting and managing sub-contractors or partner organisations.

III.2) Conditions related to 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: 02/06/2023

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 09/06/2023

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.3) Additional information

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=731127.

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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community benefits requirements will be as set out in a separate Community Benefits Project Plan which will form part of the overall qualitative assessment at the ITT stage.

(SC Ref:731127)

VI.4) Procedures for review

VI.4.1) Review body

Sheriff Court House

The Castle

Inverness

IV2 3EG

UK

VI.5) Date of dispatch of this notice

03/05/2023

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate
45233162 Cycle path construction work Construction, foundation and surface works for highways, roads
45233161 Footpath construction work Construction, foundation and surface works for highways, roads
45233290 Installation of road signs Construction, foundation and surface works for highways, roads
45233150 Traffic-calming works Construction, foundation and surface works for highways, roads

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
pdu_procurement@highland.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.