Construction Tenders

Sun May 05 2024

Related Information

Construction Contract Leads

No location provided

Category Works

Type

No. of Lots 1

Status Active

Published 3rd Oct 2023

Tender Details
Referenceocds-h6vhtk-04075a
Common Procurement VocabularyHarbour construction works
Procurement MethodOpen procedure
Value£268,000
More Tenders »

No location provided

Category Works

Type

No. of Lots 1

Status Active

Published 3rd Oct 2023

Tender Details
Referenceocds-h6vhtk-04075a
Common Procurement VocabularyHarbour construction works
Procurement MethodOpen procedure
Value£268,000

Section I: Contracting authority

I.1) Name and addresses

Moray Council

High Street

Elgin

IV30 1BX

Email

procurement [at] moray.gov.uk

Telephone

+44 1343563137

Country

United Kingdom

NUTS code

UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey

Internet address(es)

Main address

http://www.moray.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00160

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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

18/0894 Hopeman Harbour Capital Repairs

Reference number

18/0894

II.1.2) Main CPV code

  • 45241000 - Harbour construction works

II.1.3) Type of contract

Works

II.1.4) Short description

Hopeman Harbour Capital Repairs

North - Infilling of cavities 4No. locations along cope and repair to cavity and abrasion under cope.

South Pier - Repairs to the abrasion on the corner of the pier and 5m cavity. Repairs to concrete deck.

West Pier - Repairs to displaced concrete wall and rock armour

Slipway - Gabion Basket Repairs to side of slipway.

II.1.5) Estimated total value

Value excluding VAT: £268,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Main site or place of performance

Hopeman Harbour

II.2.4) Description of the procurement

Capital Repair Works at Hopeman Harbour

II.2.5) Award criteria

Quality criterion - Name: 1 Construction Method Statement / Weighting: 30

Quality criterion - Name: Site Safety / Weighting: 30

Quality criterion - Name: Programme of Works / Weighting: 20

Quality criterion - Name: Sustainability Statement / Weighting: 20

Price - Weighting: 40

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

Start date

1 November 2023

End date

31 March 2024

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

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.1.2) Economic and financial standing

List and brief description of selection criteria

The bidder is required to confirm that (to the best of their knowledge) there are no material post balance sheet events or other business issues arising since the date of the last audited financial statements that materially impact the economic and financial standing of the economic operator.

Where the operator is not able to make such a conformation, full details of the relevant events shall be provided along with an explanation of the expected impact on the bidders economic and financial standing.

Minimum level(s) of standards possibly required

The bidder is required to provide a copy of the last 2 or 3 audited financial statements as evidence of their compliance to meet their statutory obligations.

III.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.

Minimum level(s) of standards possibly required

Bidders will be required to provide evidence and examples of at least 3 examples of works of a similar size and nature, in a residential setting, within the past 3 years


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the 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

3 November 2023

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

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

3 November 2023

Local time

12:00pm


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

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.

The Moray Council are a full member in the Supplier Development Programme http://www.sdpscotland.co.uk/home.aspx which provides a range of specialist business support activities including the provision of advice, information and training support including webinars with the aim of assisting businesses to become more capable of accessing and competing for public sector contracts.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25293. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:746303)

VI.4) Procedures for review

VI.4.1) Review body

Elgin Sheriff Court

Sheriff Courthouse, High Street

Elgin

IV30 1BU

Email

elgin [at] scotcourts.gov.uk

Telephone

+44 343542505

Country

United Kingdom