Award

Harbour Entrance Protection Works

WICK HARBOUR AUTHORITY

This public procurement record has 2 releases in its history.

Award

20 Dec 2022 at 16:11

Planning

23 Dec 2021 at 15:25

Summary of the contracting process

The Wick Harbour Authority has completed the Harbour Entrance Protection Works tender process. The tender, entitled "Harbour Entrance Protection Works," falls under the main procurement category of works in the industry of harbour construction works. The procurement method used was a Restricted procedure. The deadline for receipt of tenders was on 28/01/2022, with the estimated date of dispatch of invitations to participate on 25/02/2022. The procurement was for the provision of Harbour Entrance Protection Works in Wick Harbour, UKM61.

This tender presents business growth opportunities for companies involved in harbour construction works, particularly those with expertise in sheet piling, concrete facing, granular backfill, rock armour, and tubular piles installation. Businesses with experience in developing reinforced concrete structures and engaging with local communities would be well-suited to compete. The tender requirements include technical competence, financial stability, and adherence to quality and safety standards, making it suitable for established firms in the construction industry.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Harbour Entrance Protection Works

Notice Description

Sheet piling, concrete facing and granular backfill to entrance, rock armour and tubular piles to outer faces of piers.

Lot Information

Lot 1

Provision of Harbour Entrance Protection Works in accordance with design produced by Arch Henderson LLP. Work includes: purchasing, taking delivery of and driving sheet piles; purchasing, taking delivery of and driving 406 diameter and 610 diameter tubular piles; forming and placing pre-cast concrete members; purchasing taking delivery of and placement of 2,500m3 of rock armour; placing of insitu underwater facing concrete to entrance; placing of backfill granular material and construction of reinforced concrete decks.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03056c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/036087-2022
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45241000 - Harbour construction works

Notice Value(s)

Tender Value
£2,400,000 £1M-£10M
Lots Value
£2,400,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Dec 20223 years ago
Submission Deadline
28 Jan 2022Expired
Future Notice Date
Not specified
Award Date
20 Dec 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Unsuccessful
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
WICK HARBOUR AUTHORITY
Contact Name
Camilla Elder
Contact Email
office@wickharbour.co.uk
Contact Phone
+44 1955602030

Buyer Location

Locality
WICK
Postcode
KW1 5HA
Post Town
Kirkwall
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM2 Highlands and Islands
Small Region (ITL 3)
TLM20 Highlands and Islands
Delivery Location
TLM61 Caithness and Sutherland, and Ross and Cromarty

Local Authority
Highland
Electoral Ward
Wick and East Caithness
Westminster Constituency
Caithness, Sutherland and Easter Ross

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03056c-2022-12-20T16:11:31Z",
    "date": "2022-12-20T16:11:31Z",
    "ocid": "ocds-h6vhtk-03056c",
    "description": "Time Limit for receipt of tenders or requests to participate Date: 28/01/2022 Local time: 12.00 Estimated date of dispatch of invitations to tender or to participate to selected candidates Date: 25/02/2022 Language in which tenders or requests to participate may be submitted English (EN) Minimum time frame during which the tenderer must maintain the tender Duration in months: 4 (from the date stated for the receipt tender) (SC Ref:717538)",
    "initiationType": "tender",
    "tender": {
        "id": "213013",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Harbour Entrance Protection Works",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45241000",
            "description": "Harbour construction works"
        },
        "mainProcurementCategory": "works",
        "description": "Sheet piling, concrete facing and granular backfill to entrance, rock armour and tubular piles to outer faces of piers.",
        "value": {
            "amount": 2400000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Provision of Harbour Entrance Protection Works in accordance with design produced by Arch Henderson LLP. Work includes: purchasing, taking delivery of and driving sheet piles; purchasing, taking delivery of and driving 406 diameter and 610 diameter tubular piles; forming and placing pre-cast concrete members; purchasing taking delivery of and placement of 2,500m3 of rock armour; placing of insitu underwater facing concrete to entrance; placing of backfill granular material and construction of reinforced concrete decks.",
                "value": {
                    "amount": 2400000,
                    "currency": "GBP"
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "as per procurement docs",
                            "type": "quality",
                            "description": "100"
                        },
                        {
                            "type": "price",
                            "description": "0"
                        }
                    ]
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45241000",
                        "description": "Harbour construction works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM61"
                    },
                    {
                        "region": "UKM61"
                    }
                ],
                "deliveryLocation": {
                    "description": "Wick Harbour"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Bidders will be required to demonstrate that they have (or have access to) the appropriate technical facilities, study and research facilities and quality measures to deliver the types of requirements detailed in II.2.4 of this contract notice.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Bidders will be required to have a minimum 'general' yearly turnover of 2,500,000 GBP for the last 3 years: Or, Bidders will be required to have an average yearly turnover of a minimum of 2,500,000 GBP for the last 5 years. Bidders are required to provide copies of their last three year's full financial statements, including any financial years not yet filed. Bidders are also required to state the value(s) for the following ratios for each period: Current Ratio The acceptable range per annum for this financial ratio is: Between 1.5 and 2.0 The ratio will be calculated as follows: Current Assets / Current Liabilities Acid Test Ratio The acceptable range per annum for the financial ratio is: > 1.0 The ratio will be calculated as follows: Current Assets less Stock / Current Liabilities",
                    "minimum": "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 and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 10 Million GBP Public Liability Insurance = 10 Million GBP Professional indemnity insurance = 2 Million GBP Product Liability Insurance = 1 Million GBP There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Bidders will be required to - provide two examples of works carried out in the past five years that demonstrate the relevant experience to deliver the work as described in part II.2.4. - confirm their average annual manpower for the last three years is commensurate with the size and complexity of proposed works. - confirm their and the number of managerial staff for the last three years is commensurate with the size and complexity of proposed works. - demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 of this contract notice. - confirm whether they intend to subcontract and, if what proportion of the contract and details of how they intend to manage the subcontractors. - provide 24 hours call-out. - hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). OR The Bidder must have the following: A documented policy regarding quality management. The Policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The Policy must be relevant to the nature and scale of the work to be undertaken and set out responsibility for quality management throughout the organisation.",
                    "minimum": "Health and Safety Procedures 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. OR The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management endorsed by the Chief Executive Officer or equivalent. Minimum level(s) of standards required: Selection Criteria as stated in the procurement document ESPD and ESPD Guidance attached to this notice.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-01-28T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2022-02-25T00:00:00Z"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-39115",
            "name": "Wick Harbour Authority",
            "identifier": {
                "legalName": "Wick Harbour Authority"
            },
            "address": {
                "streetAddress": "Harbour Office",
                "locality": "WICK",
                "region": "UKM61",
                "postalCode": "KW1 5HA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Camilla Elder",
                "telephone": "+44 1955602030",
                "email": "office@wickharbour.co.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "url": "http://www.wickharbour.co.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "description": "Harbour Authority"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Harbour Activities"
                    }
                ]
            },
            "additionalContactPoints": [
                {
                    "telephone": "+44 1955602030",
                    "email": "office@wickharbour.co.uk"
                }
            ]
        },
        {
            "id": "GB-FTS-39116",
            "name": "Arch Henderson LLP",
            "identifier": {
                "legalName": "Arch Henderson LLP"
            },
            "address": {
                "streetAddress": "Princes Street",
                "locality": "THURSO",
                "region": "UKM61",
                "postalCode": "KW14 7DH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "James Simpson",
                "telephone": "+44 1847896896",
                "email": "jsimpson@arch-henderson.co.uk"
            },
            "roles": [
                "processContactPoint"
            ],
            "details": {
                "url": "https://www.arch-henderson.co.uk/",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA14142"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-39115",
        "name": "Wick Harbour Authority"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000678281"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "036087-2022-213013-1",
            "relatedLots": [
                "1"
            ],
            "status": "unsuccessful",
            "statusDetails": "discontinued"
        }
    ]
}