Back to tenders & grants page
PS/20/54 Girvan Harbour, South Ayrshire - Steel Sheet Pile Replacement Works Construction & Engineering PS/20/54 Girvan Harbour, South Ayrshire - Steel Sheet Pile Replacement Works
Receive Tenders like this by email

PS/20/54 Girvan Harbour, South Ayrshire - Steel Sheet Pile Replacement Works

PS/20/54 Girvan Harbour, South Ayrshire - Steel Sheet Pile Replacement Works has been closed on 12 Oct 2021. It no longer accepts any bids. For further information, you can contact the East Ayrshire Council

Bellow, you can find more information about this project: 

Location: United Kingdom

General information

Donor:

East Ayrshire Council

Industry:

Construction & Engineering

Status:

Closed

Timeline

Published:

14 Sep 2021

Deadline:

12 Oct 2021

Value:

Not available

Contacts

Name:

Lisa Sneddon

Phone:

+44 1563576183

Description

https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP427402

Contract Notice (below OJEU threshold)

Section I: Contracting authority

I.1) Name and addresses

East Ayrshire Council

Corporate Procurement Team, London Road HQ

Kilmarnock

KA3 7BU

UK

Contact person: Lisa Sneddon

Telephone: +44 1563576183

E-mail: [email protected]

NUTS: UKM93

Internet address(es)

Main address: http://www.east-ayrshire.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00223

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.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

PS/20/54 Girvan Harbour, South Ayrshire - Steel Sheet Pile Replacement Works

Reference number: PS/20/54

II.1.2) Main CPV code

45241000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The works involves the removal of 41m length of Frodingham Type 1B sheet piles currently forming part of the jetty retaining wall at Girvan Harbour. The existing steel sheets are significantly corroded and undermined in sections resulting in the loss of stability.

The remaining embedded sections will require to be extracted from the strata, those which have failed will also require to be extracted from the watercourse for a suitable working area to drive the new units. The existing piles are now discontinued therefore an off the shelf replacement is to be installed, the proposed solution will be driven to a depth of approximately 13m to anticipated suitable strata level and as designed by the Contractor.

The Contractor is required to provide a Marine Licence on behalf of Ayrshire Roads Alliance.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45241000

44212410

44212400

45111300

45220000

45223200

45223210

45243000

45244000

45246000

45262640

II.2.3) Place of performance

NUTS code:

UKM94


Main site or place of performance:

Girvan Harbour, South Ayrshire

II.2.4) Description of the procurement

Ayrshire Roads Alliance (ARA) is a shared integrated roads and transportation service established in 2014 and provides the combined roads service for East and South Ayrshire Councils, led by East Ayrshire Council. The Service is delivered with the overall objective of improving the road and transportation service in both Council areas.

East Ayrshire Council is currently inviting tenders from suitably qualified companies to work in close co-operation with the Council and adopt a positive and flexible approach in delivering the Girvan Harbour Timber Jetty Sheet Piling Repair Works including the removal of 41m length of Frodingham Type 1B sheet piles currently forming part of the jetty retaining wall at Girvan Harbour. The existing steel sheets are significantly corroded and undermined in sections resulting in the loss of stability.

The remaining embedded sections will require to be extracted from the strata, those which have failed will also require to be extracted from the watercourse for a suitable working area to drive the new units. The existing piles are now discontinued therefore an off the shelf replacement is to be installed, the proposed solution will be driven to a depth of approximately 13m to anticipated suitable strata level and as designed by the Contractor in accordance with Appendix 1/10 and other relevant elements of the Contract Documents. The successful contractor will require to obtain a Marine License on behalf of ARA.

II.2.5) Award criteria

Criteria below:

Quality criterion: Construction Methdology / Weighting: 10

Quality criterion: Construction Programme of Works / Weighting: 10

Price / Weighting:  80

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Includes any unforeseen works associated with the main works in or around this site.

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:

If required, is it a requirement in the bidder’s country of establishment to hold a particular authorisation or membership of a particular organisation needed in order to be able to perform the works i.e. Companies House (if applicable).

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Bidders will be required to provide their “general” yearly turnover for the last THREE years.

In addition, East Ayrshire Council reserve the right to review the bidders financial information including information from a credit reference agency (Credit Safe) at tender stage and for the duration of the contract, and seek clarifications if necessary. If clarifications are not satisfactory the bidder may be excluded from the tender process. It is the Tenderers responsibility to ensure that all information held by Credit Safe is current and accurate when submitting their Tender. The Council will not enter into discussions with Tenderers who fail to ensure that their Credit Safe scores are accurate by the due submission date. 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/started trading and further information may be requested.

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer’s (Compulsory) Liability Insurance = 10million GBP

http://www.hse.gov.uk/pubns/hse40.pdf


Minimum level(s) of standards required:

Public / Products Liability Insurance = 5million GBP

Professional Indemnity = 2million GBP

Contract Works (Loss or Damage to the Works) - Value of Contract plus 50%

All Risk of Loss or Damage to Plant, Equipment and Materials - To be determined by the Contractor

Liability for Non- Negligent Damage (Joint Names Policy)

Motor Vehicle Insurance

Bidders are required to successfully complete the Insurance Questionnaire

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Bidders will be required to provide 2 examples of similar works carried out in the past five years that demonstrate that they have the relevant experience to deliver the works as described in this Contract Notice. The works must be of a similar value, size and scope. Bidders must provide contact details of referees for the 2 experience examples. Referees may be contacted to discuss the works and the performance of the contractor. Any contractor which fails to have performed satisfactorily in each of the 2 experience projects may be excluded from the tender process.


Minimum level(s) of standards required:

Quality Management Procedures 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).

Health & Safety Procedures - See attached guidance in Technical Envelope.

Environmental Management Standards

1. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,

OR

2. A Environmental management policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract.

The Environmental manual must include documented procedures for;

- ensuring that the bidder’s environmental management procedures are effective in reducing / preventing significant impacts on the environment;

- providing employees with training and information on environmental issues, including evidence that the bidder has in place and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties;

- checking, reviewing and where necessary improving the bidder’s environmental management performance and the environmental impact of this organisation, demonstrating that it has in place and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties;

- checking, reviewing and where necessary improving the bidder’s environmental management performance and the environmental impact of this organisation, demonstrating that it has a system for monitoring environmental management procedures on an on-going basis and for updating them at periodic intervals;

- dealing with waste (e.g. waste management plans, waste segregation, recycling etc.);

- ensuring that any suppliers the bidder engages apply environmental protection measures that are appropriate to the work for which they are being engaged, including procedures for monitoring supplier’s environmental management arrangements and ensuring that environmental performance appropriate for the work to be undertaken is delivered throughout the whole of the bidder’s supply chain.

Bidders must allow for welfare facilities and follow all Scottish Government guidance on Covid-19.

III.2) Conditions related to 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: 12/10/2021

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: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 12/10/2021

Local time: 12:00

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 payment will be used

VI.3) Additional information

Please see PCS-T for Q&A Facility and all tender documents.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19527. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:667208)

VI.4) Procedures for review

VI.4.1) Review body

Kilmarnock Sheriff Court

Sheriff Court House, St Marnock Street

Kilmarnock

KA1 1ED

UK

VI.5) Date of dispatch of this notice

14/09/2021


Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more