Notice Information
Notice Title
Development of Rosyth International Container Terminal - Marine Works
Notice Description
The Works comprise the initial elements of the redevelopment of an existing brown field site to provide a new container terminal facility. The development site, which consists of approximately 17.5 ha of reclaimed land, was created for an alternative use but that project was never completed. The Works include the design and construction of new quay walls and quayside apron slab with associated fendering and mooring equipment to form a berthing pocket, piled dolphin to either side of the berthing pocket entrance, piled perimeter walls, earthworks to reduce the level of approximately 8 ha of land on the site and to backfill the area behind the new quay walls and the dredging of an approach channel to facilitate vessel access to the berthing pocket. In order to create the new works the stability and integrity of a number of existing structures will require to be maintained while other structures will require to be demolished.
Lot Information
Lot 1
Babcock intend to invite tenders for the construction and dredging works, and relative design, associated with the conversion of a vacant, partially constructed, docking facility disused dock into a new international container terminal at Rosyth. The procurement exercise will be carried out in accordance with the Negotiated Procedure and a maximum number of four organisations will be invited to tender. The applicants invited to negotiate will be selected based on the quality of responses received to the ESPD which will be scored according to pre-determined criteria and the highest scoring Applicants will be invited to submit a tender. The Contract will be based on an NEC Option A contract with amendments. Outline layouts and performance specifications will be provided however the contract will require the successful contractor to take full responsibility for the design and build process.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000475557
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC268070
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F5 - Contract Notice (Utilities)
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated procedure with prior call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45240000 - Construction work for water projects
Notice Value(s)
- Tender Value
- £38,000,000 £10M-£100M
- Lots Value
- £38,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 21 Dec 20169 years ago
- Submission Deadline
- 30 Jan 2017Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- PORT BABCOCK ROSYTH LIMITED
- Contact Name
- Not specified
- Contact Email
- mark.gilmour@babcockinternational.com
- Contact Phone
- +44 1383412131
Buyer Location
- Locality
- FIFE
- Postcode
- KY11 2YD
- Post Town
- Kirkcaldy
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM0 Eastern Scotland
- Small Region (ITL 3)
- TLM01 Clackmannanshire and Fife
- Delivery Location
- UKM22 Clackmannanshire and Fife
-
- Local Authority
- Fife
- Electoral Ward
- Rosyth
- Westminster Constituency
- Dunfermline and Dollar
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC268070
Development of Rosyth International Container Terminal - Marine Works - The Works comprise the initial elements of the redevelopment of an existing brown field site to provide a new container terminal facility. The development site, which consists of approximately 17.5 ha of reclaimed land, was created for an alternative use but that project was never completed. The Works include the design and construction of new quay walls and quayside apron slab with associated fendering and mooring equipment to form a berthing pocket, piled dolphin to either side of the berthing pocket entrance, piled perimeter walls, earthworks to reduce the level of approximately 8 ha of land on the site and to backfill the area behind the new quay walls and the dredging of an approach channel to facilitate vessel access to the berthing pocket. In order to create the new works the stability and integrity of a number of existing structures will require to be maintained while other structures will require to be demolished.
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-r6ebe6-0000475557-2016-12-21T00:00:00Z",
"date": "2016-12-21T00:00:00Z",
"ocid": "ocds-r6ebe6-0000475557",
"initiationType": "tender",
"parties": [
{
"id": "org-4",
"name": "Port Babcock Rosyth Limited",
"identifier": {
"legalName": "Port Babcock Rosyth Limited"
},
"address": {
"streetAddress": "Rosyth Business Park, Rosyth, Dunfermline",
"locality": "Fife",
"region": "UKM",
"postalCode": "KY11 2YD"
},
"contactPoint": {
"email": "mark.gilmour@babcockinternational.com",
"telephone": "+44 1383412131",
"url": "http://www.babcockinternational.com/BAB-RICT-DB-001"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Port-related activities",
"scheme": "TED_CE_ACTIVITY"
}
],
"url": "http://www.babcockinternational.com"
}
}
],
"buyer": {
"name": "Port Babcock Rosyth Limited",
"id": "org-4"
},
"tender": {
"id": "BAB-RICT-DB001",
"title": "Development of Rosyth International Container Terminal - Marine Works",
"description": "The Works comprise the initial elements of the redevelopment of an existing brown field site to provide a new container terminal facility. The development site, which consists of approximately 17.5 ha of reclaimed land, was created for an alternative use but that project was never completed. The Works include the design and construction of new quay walls and quayside apron slab with associated fendering and mooring equipment to form a berthing pocket, piled dolphin to either side of the berthing pocket entrance, piled perimeter walls, earthworks to reduce the level of approximately 8 ha of land on the site and to backfill the area behind the new quay walls and the dredging of an approach channel to facilitate vessel access to the berthing pocket. In order to create the new works the stability and integrity of a number of existing structures will require to be maintained while other structures will require to be demolished.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45240000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Port Babcock, Rosyth, Fife"
},
"deliveryAddresses": [
{
"region": "UKM22"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 38000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2017-01-30T12:00:00Z"
},
"documents": [
{
"id": "DEC268070",
"documentType": "contractNotice",
"title": "Development of Rosyth International Container Terminal - Marine Works",
"description": "The Works comprise the initial elements of the redevelopment of an existing brown field site to provide a new container terminal facility. The development site, which consists of approximately 17.5 ha of reclaimed land, was created for an alternative use but that project was never completed. The Works include the design and construction of new quay walls and quayside apron slab with associated fendering and mooring equipment to form a berthing pocket, piled dolphin to either side of the berthing pocket entrance, piled perimeter walls, earthworks to reduce the level of approximately 8 ha of land on the site and to backfill the area behind the new quay walls and the dredging of an approach channel to facilitate vessel access to the berthing pocket. In order to create the new works the stability and integrity of a number of existing structures will require to be maintained while other structures will require to be demolished.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC268070",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Babcock intend to invite tenders for the construction and dredging works, and relative design, associated with the conversion of a vacant, partially constructed, docking facility disused dock into a new international container terminal at Rosyth. The procurement exercise will be carried out in accordance with the Negotiated Procedure and a maximum number of four organisations will be invited to tender. The applicants invited to negotiate will be selected based on the quality of responses received to the ESPD which will be scored according to pre-determined criteria and the highest scoring Applicants will be invited to submit a tender. The Contract will be based on an NEC Option A contract with amendments. Outline layouts and performance specifications will be provided however the contract will require the successful contractor to take full responsibility for the design and build process.",
"status": "active",
"value": {
"amount": 38000000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 4,
"maximumCandidates": 4
},
"submissionTerms": {
"variantPolicy": "allowed"
},
"contractPeriod": {
"durationInDays": 660
},
"hasRenewal": false
}
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"successiveReduction": true,
"invitationDate": "2017-02-27T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "The Contractor's Key Personnel are listed in the Procurement Documents. As a minimum requirement, the Applicant must confirm that they have, or have the ability to procure, the necessary skills to deliver the Works as described in the Procurement Documents."
},
{
"type": "economic",
"minimum": "4B.1.1 Bidders will be required to have a minimum \"general\" yearly turnover of at least GBP75,000,000 for the last 3 financial years of its published accounts. 4B.3 Where turnover information is not available for the time period requested, the Bidder or sub-contractor will be required to state the date which they were set up/started trading. 4B.4 Bidders will be required to state the values for the following financial ratios for each for the last 3 financial years of its published accounts: Total Assets v Total Liabilities Acceptable range >1 Return on capital employed Acceptable Range >0 4B.5.1/4B.5.2 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 = GBP 10,000,000 Public Liability Insurance = GBP 10,000,000 Professional Indemnity Insurance = GBP 10,000,000 on an each and every claim basis (during the design and construction phase and to be maintained for 12 years post Completion). Marine Risks Loss or damage to 3rd party property or injury to persons by marine vessel - Minimum USD 500,000,000 each and every loss."
},
{
"type": "technical",
"description": "4C.1 Bidders will be required to provide a maximum of five examples of works carried out in the past five years which demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of this Contract Notice. Bidders must download the attached Technical Competency Matrix and submit their responses on the basis of this proforma. 4C.4 Bidders will be required to confirm that they have or have access to the relevant supply chain management systems used by them to deliver the types of requirements detailed in this Notice. 4C.7 Bidders will be required to confirm that they have the capacity to employ environmental management measures which would meet the contract requirements 4C8.1 Bidders will be required to confirm their average annual manpower for the last three years. 4C8.2 Bidders will be required to confirm their number of managerial staff for the last three years. 4C.9 Bidders will be required to demonstrate that they have or have access to the relevant tools, plant or technical equipment to deliver the types of requirements detailed in this Contract Notice. 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 4D.1 Quality Management Procedures - The bidder must hold a UKAS or equivalent accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 or equivalent, OR have a documented policy which sets out responsibilities and implements an ongoing quality management policy which is periodically reviewed at a senior management level. The policy should include documented procedures for :- improving quality performance, ensuring effectiveness, providing the bidder's workforce with quality related training and information, monitoring and implementing improvements, a standardised complaints procedure. Health & 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 have a regularly reviewed and documented policy for Health and Safety H&S management, which sets out responsibilities for H&S management at all levels within the organisation and includes documented procedures for :- ensuring effectiveness, obtaining access to competent H&S advice, H&S training and information, performance monitoring, recording accidents/incidents and undertaking follow-up action, ensuring that on-site welfare provision meets legal requirements and the needs/expectations of the bidder's employees. 4D.2 Environmental Management Procedures - 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. have a regularly reviewed documented policy regarding environmental management which includes the bidder's environmental emergency response procedures for potential accidents that give rise to significant environmental impacts. The policy should include documented arrangements for:- effectiveness, training and information on environmental issues, reviewing and improving procedures, procedures for dealing with waste. Details of the evaluation procedure in relation to the ESPD matters are included in the ESPD Briefing Document. Please note that client references will be sought directly by Port Babcock Rosyth Limited from the clients listed.",
"minimum": "Bidders must be able to provide the information required at questions 4D.1 and 4D.2 upon request if necessary."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"classification": {
"id": "45240000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2016/S 197-355439"
}
],
"description": "A parent company guarantee will be provided by Port Babcock Marine (Rosyth) Limited in respect of the obligations of the Employer in the form set out in the procurement documents. It is intended to seek prices from Applicants on the following risk allocation options: 1.Physical conditions risk transferred to the Contractor (as per NEC3 amendments); and 2.Physical conditions risk retained by the Employer. The Employer may elect to accept either of the above options. Applicants are required to provide the information listed at paragraph 2.9 of the Documentation to be Submitted with Tender document in order to be considered for PBR's approved supplier list within two weeks of the outset of the negotiation period. The Invitation to Negotiate will be managed using ARIBA (Babcock preferred electronic sourcing tool). NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=475557. Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: The applicants will be required to complete the Community Benefits question within the Invitation to Negotiate. The applicants will be required to provide a Community Benefits Plan and a Community Benefits Method Statement. The applicants performance in delivering Community Benefits will be measured throughout the contract. (SC Ref:475557)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000475557"
}
],
"noticetype": "OJEU - F5 - Contract Notice (Utilities)"
}