Tender

Ardersier Port, Phase 2 - Landside Civils

ARDERSIER PORT (SCOTLAND) LIMITED

This public procurement record has 1 release in its history.

Tender

04 Dec 2025 at 00:00

Summary of the contracting process

See notice for full details.

How relevant is this notice?

Notice Information

Notice Title

Ardersier Port, Phase 2 - Landside Civils

Notice Description

These works are the focus of this PQQ. Proposed development of the yard area to a varying finished ground level to suit the drainage design and to tie into that of Phase 1, including removal of existing trees and raising of the land using existing material on site while achieving a load bearing capacity of 250kPat/m2. Works will include, but not limited to, the following within the approximately 100 acres gorse area: -Earthworks: - Tree clearance and screening - Stripping and disposal of existing topsoil material to extension area. - Upfilling the extension and yard areas to level with site-won sand. - Ground Strengthening: - Capping of the extension and yard areas with stone to 25t/m2. -Services Civils Works - Rerouting and undergrounding of the existing incoming overhead power supply. - Rerouting of existing incoming water main supply. - Rerouting of existing drainage ditch in yard area around the new perimeter of the site and passive drainage, like the Phase 1 philosophy, across the site. -Services Mechanical & Electrical Installations - Rerouting and undergrounding of the existing incoming overhead power supply; - Rerouting of existing incoming water main supply; - Rerouting of existing drainage ditch in yard area around the new perimeter of the site and passive drainage, like the Phase 1 philosophy, across the site; At present we do not have a defined requirement or design for street lighting and it is therefore not included within the current procurement scope. It is possible that a limited street-lighting requirement may emerge at a later date; given the likely scale and the close interface with the Landside Civils works, it may be more efficient for any such requirement to be delivered by the Landside Civils contractor, but only where a modification on that basis is permitted under the Utilities Contracts (Scotland) Regulations 2016. There may be a requirement for the Contractor to coordinate elements of works with the Clients quayside civils contractor. The Client provides the bidder with the option to submit a variant tender should they be invited the Stage 3 - Invitation to Tender. The variant tender reflects the same works above but within the Gorse & Woodland Area in an approximately 250 acres site area. The information about variants shall be clearly defined within the procurement documentation.

Lot Information

Lot 1

Procurement Stages Stage 1 - Early Market Consultation -Before commencing procurement, consult the market with a view to gauging project interest, preparing the procurement process, informing of procurement plans and project requirements. Stage 2 - Pre-Qualification Questionnaire (PQQ) -Issue PQQ -Contractor submissions -Analyse and score submissions -Select shortlist of suppliers for Stage 3 Stage 3 - Invitation to Tender (ITT) / Competitive procedure with negotiation -Issue ITT -Hold structured meetings, discuss risk, technical queries and contract terms -Initial Contractor submissions -Analyse initial tender submissions -Negotiation period (assumptions, clarifications, exclusions, contract terms, etc.) -Final Contractor submissions -Evaluate and score final submissions -Select preferred bidder for Stage 4 Stage 4 - Contract Award -Notify Contractors of tender outcome -Stand still period -Contract finalisation and execution -Publish contract award notice

Renewal: Potential to be extended in relation to scope changes and/or in relation to future phases of work.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000801448
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC544945
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45000000 - Construction work

Notice Value(s)

Tender Value
£10,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Dec 2025Yesterday
Submission Deadline
16 Jan 20262 months to go
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
ARDERSIER PORT (SCOTLAND) LIMITED
Contact Name
Jordan Robertson
Contact Email
jordan.robertson@haventus.com
Contact Phone
+44 7392403088

Buyer Location

Locality
INVERNESS
Postcode
IV2 7QX
Post Town
Inverness
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
TLM62 Inverness and Nairn, Moray, and Badenoch and Strathspey

Local Authority
Highland
Electoral Ward
Culloden and Ardersier
Westminster Constituency
Moray West, Nairn and Strathspey

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC544945
    Ardersier Port, Phase 2 - Landside Civils - These works are the focus of this PQQ. Proposed development of the yard area to a varying finished ground level to suit the drainage design and to tie into that of Phase 1, including removal of existing trees and raising of the land using existing material on site while achieving a load bearing capacity of 250kPat/m2. Works will include, but not limited to, the following within the approximately 100 acres gorse area: -Earthworks: - Tree clearance and screening - Stripping and disposal of existing topsoil material to extension area. - Upfilling the extension and yard areas to level with site-won sand. - Ground Strengthening: - Capping of the extension and yard areas with stone to 25t/m2. -Services Civils Works - Rerouting and undergrounding of the existing incoming overhead power supply. - Rerouting of existing incoming water main supply. - Rerouting of existing drainage ditch in yard area around the new perimeter of the site and passive drainage, like the Phase 1 philosophy, across the site. -Services Mechanical & Electrical Installations - Rerouting and undergrounding of the existing incoming overhead power supply; - Rerouting of existing incoming water main supply; - Rerouting of existing drainage ditch in yard area around the new perimeter of the site and passive drainage, like the Phase 1 philosophy, across the site; At present we do not have a defined requirement or design for street lighting and it is therefore not included within the current procurement scope. It is possible that a limited street-lighting requirement may emerge at a later date; given the likely scale and the close interface with the Landside Civils works, it may be more efficient for any such requirement to be delivered by the Landside Civils contractor, but only where a modification on that basis is permitted under the Utilities Contracts (Scotland) Regulations 2016. There may be a requirement for the Contractor to coordinate elements of works with the Clients quayside civils contractor. The Client provides the bidder with the option to submit a variant tender should they be invited the Stage 3 - Invitation to Tender. The variant tender reflects the same works above but within the Gorse & Woodland Area in an approximately 250 acres site area. The information about variants shall be clearly defined within the procurement documentation.

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-r6ebe6-0000801448-2025-12-04T00:00:00Z",
    "date": "2025-12-04T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000801448",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-5",
            "name": "Ardersier Port (Scotland) Limited",
            "identifier": {
                "legalName": "Ardersier Port (Scotland) Limited"
            },
            "address": {
                "streetAddress": "Ardersier Port Approach, Ardersier",
                "locality": "Inverness",
                "region": "UK",
                "postalCode": "IV2 7QX"
            },
            "contactPoint": {
                "name": "Jordan Robertson",
                "email": "jordan.robertson@haventus.com",
                "telephone": "+44 7392403088",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Port works",
                        "scheme": "COFOG"
                    }
                ],
                "url": "https://www.haventus.com/"
            }
        },
        {
            "id": "org-6",
            "name": "Inverness Justice Centre",
            "identifier": {
                "legalName": "Inverness Justice Centre"
            },
            "address": {
                "streetAddress": "The Inverness Justice Centre Longman Road Inverness",
                "locality": "Inverness",
                "postalCode": "IV1 1AH"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Ardersier Port (Scotland) Limited",
        "id": "org-5"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000801448",
        "title": "Ardersier Port, Phase 2 - Landside Civils",
        "description": "These works are the focus of this PQQ. Proposed development of the yard area to a varying finished ground level to suit the drainage design and to tie into that of Phase 1, including removal of existing trees and raising of the land using existing material on site while achieving a load bearing capacity of 250kPat/m2. Works will include, but not limited to, the following within the approximately 100 acres gorse area: -Earthworks: - Tree clearance and screening - Stripping and disposal of existing topsoil material to extension area. - Upfilling the extension and yard areas to level with site-won sand. - Ground Strengthening: - Capping of the extension and yard areas with stone to 25t/m2. -Services Civils Works - Rerouting and undergrounding of the existing incoming overhead power supply. - Rerouting of existing incoming water main supply. - Rerouting of existing drainage ditch in yard area around the new perimeter of the site and passive drainage, like the Phase 1 philosophy, across the site. -Services Mechanical & Electrical Installations - Rerouting and undergrounding of the existing incoming overhead power supply; - Rerouting of existing incoming water main supply; - Rerouting of existing drainage ditch in yard area around the new perimeter of the site and passive drainage, like the Phase 1 philosophy, across the site; At present we do not have a defined requirement or design for street lighting and it is therefore not included within the current procurement scope. It is possible that a limited street-lighting requirement may emerge at a later date; given the likely scale and the close interface with the Landside Civils works, it may be more efficient for any such requirement to be delivered by the Landside Civils contractor, but only where a modification on that basis is permitted under the Utilities Contracts (Scotland) Regulations 2016. There may be a requirement for the Contractor to coordinate elements of works with the Clients quayside civils contractor. The Client provides the bidder with the option to submit a variant tender should they be invited the Stage 3 - Invitation to Tender. The variant tender reflects the same works above but within the Gorse & Woodland Area in an approximately 250 acres site area. The information about variants shall be clearly defined within the procurement documentation.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Ardersier Port Approach, Ardersier, Inverness, Scotland, IV2 7QX"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM62"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 10000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2026-01-16T12:00:00Z"
        },
        "documents": [
            {
                "id": "DEC544945",
                "documentType": "contractNotice",
                "title": "Ardersier Port, Phase 2 - Landside Civils",
                "description": "These works are the focus of this PQQ. Proposed development of the yard area to a varying finished ground level to suit the drainage design and to tie into that of Phase 1, including removal of existing trees and raising of the land using existing material on site while achieving a load bearing capacity of 250kPat/m2. Works will include, but not limited to, the following within the approximately 100 acres gorse area: -Earthworks: - Tree clearance and screening - Stripping and disposal of existing topsoil material to extension area. - Upfilling the extension and yard areas to level with site-won sand. - Ground Strengthening: - Capping of the extension and yard areas with stone to 25t/m2. -Services Civils Works - Rerouting and undergrounding of the existing incoming overhead power supply. - Rerouting of existing incoming water main supply. - Rerouting of existing drainage ditch in yard area around the new perimeter of the site and passive drainage, like the Phase 1 philosophy, across the site. -Services Mechanical & Electrical Installations - Rerouting and undergrounding of the existing incoming overhead power supply; - Rerouting of existing incoming water main supply; - Rerouting of existing drainage ditch in yard area around the new perimeter of the site and passive drainage, like the Phase 1 philosophy, across the site; At present we do not have a defined requirement or design for street lighting and it is therefore not included within the current procurement scope. It is possible that a limited street-lighting requirement may emerge at a later date; given the likely scale and the close interface with the Landside Civils works, it may be more efficient for any such requirement to be delivered by the Landside Civils contractor, but only where a modification on that basis is permitted under the Utilities Contracts (Scotland) Regulations 2016. There may be a requirement for the Contractor to coordinate elements of works with the Clients quayside civils contractor. The Client provides the bidder with the option to submit a variant tender should they be invited the Stage 3 - Invitation to Tender. The variant tender reflects the same works above but within the Gorse & Woodland Area in an approximately 250 acres site area. The information about variants shall be clearly defined within the procurement documentation.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC544945",
                "format": "text/html"
            },
            {
                "id": "DEC544945-1",
                "title": "APP2-HAV-ZZ-YAR-PQ-K-000001 - Landside Civils - PQQ R2",
                "datePublished": "2025-12-04T16:05:05Z",
                "dateModified": "2025-12-04T16:05:05Z",
                "format": "application/pdf"
            },
            {
                "id": "DEC544945-2",
                "title": "App A - Drawings & Information",
                "datePublished": "2025-12-04T16:05:05Z",
                "dateModified": "2025-12-04T16:05:05Z",
                "format": "application/x-zip-compressed"
            },
            {
                "id": "DEC544945-3",
                "title": "App B - NDA",
                "datePublished": "2025-12-04T16:05:07Z",
                "dateModified": "2025-12-04T16:05:07Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "DEC544945-4",
                "title": "App C - HSEQ Questionnaire",
                "datePublished": "2025-12-04T16:05:07Z",
                "dateModified": "2025-12-04T16:05:07Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Procurement Stages Stage 1 - Early Market Consultation -Before commencing procurement, consult the market with a view to gauging project interest, preparing the procurement process, informing of procurement plans and project requirements. Stage 2 - Pre-Qualification Questionnaire (PQQ) -Issue PQQ -Contractor submissions -Analyse and score submissions -Select shortlist of suppliers for Stage 3 Stage 3 - Invitation to Tender (ITT) / Competitive procedure with negotiation -Issue ITT -Hold structured meetings, discuss risk, technical queries and contract terms -Initial Contractor submissions -Analyse initial tender submissions -Negotiation period (assumptions, clarifications, exclusions, contract terms, etc.) -Final Contractor submissions -Evaluate and score final submissions -Select preferred bidder for Stage 4 Stage 4 - Contract Award -Notify Contractors of tender outcome -Stand still period -Contract finalisation and execution -Publish contract award notice",
                "status": "active",
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 4,
                    "maximumCandidates": 4
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Potential to be extended in relation to scope changes and/or in relation to future phases of work."
                }
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "As detailed within the procurement documentation."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "successiveReduction": true,
            "noNegotiationNecessary": true,
            "invitationDate": "2026-02-06T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "List and brief description of conditions: Enrolment on a Professional or Trade Register: -Bidders must be able to demonstrate that they are enrolled in a relevant professional or trade register in the country in which they are established, as required by national law. Licenses, Membership, and Accreditations: -Where the provision of services under this contract requires specific licences, accreditations, or memberships, the supplier must hold and maintain such authorisations. Professional Standing: The bidder must confirm that: -they are not subject to any grounds for exclusion under Regulation 58 of the Public Contracts (Scotland) Regulations 2015 -they are not subject to bankruptcy, insolvency, or similar proceedings -they have no conflicts of interest that would prevent lawful performance of the contract Submission Requirements All information listed above must be provided within the PQQ documentation as part of the bidder's submission. Responses will be evaluated in accordance with the selection criteria set out in the PQQ"
                },
                {
                    "type": "economic",
                    "description": "Provide details of the following: -Company turnover for the past 3 years -Fee percentage you would be proposing for the constriction phase -Weekly rates for staff Bidders will be required to have a minimum \"general\" yearly turnover of 30,000,000 GBP for the last 3 years. 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 or started trading. Bidders that are unable to provide this information may be disqualified from the procurement process. 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 = 10,000,000 GBP -Public Liability Insurance = 10,000,000 GBP - Professional Risk Indemnity Insurance = 10,000,000 GBP Refer to the procurement documentation for further information",
                    "minimum": "As above."
                },
                {
                    "type": "technical",
                    "description": "With reference to the procurement documentation, the supplier must substantiate their professional capabilities to carry out the works. Construction: The supplier must provide no more than 3nr case studies of similar projects they have delivered within the last 10 years which they believe have relevance in the context of the Quay Civils contract for Ardersier Port and which demonstrate their organisation's experience of contracting on similar infrastructure projects and the benefits achieved. Submissions should include construction period dates and relevant references to be provided. Each case study must not exceed a maximum of 4 x A4 pages. Refer to the procurement documentation for further information. Contract Administration: Noting this Contract is proposed to be Let under an NEC Option A form of Contract and shall use CEMAR as a contract administration system, the supplier should provide no more than 3nr case studies of projects they have delivered within the last 10 years that were let and administered under NEC Option A which they believe have relevance in the context of the Quay Civils contract for Ardersier Port. The focus of the submission should be on demonstrating the organisation's experience of using NEC and associated contract administration software. Submissions should include construction period dates and relevant references to be provided. Each case study must not exceed a maximum of 4 x A4 pages.",
                    "minimum": "As above."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "45000000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "The estimated contract value for the baseline option is in the region of 8-10million GBP excluding VAT, depending on final scope and tendered rates. Should the variant option be preferred, estimated contract value may rise in the region of 10-20million GBP dependent on final scope. These estimates are indicative only and do not constitute a cap or guarantee of spend. 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=801448. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://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: The Supplier acknowledges that the Client may be required to provide Environmental, Social, and Governance (ESG) reporting as part of compliance with requirements from the Client's funders during the lifecycle of this contract. During the lifecycle of this contract, the Client may request the Supplier to prepare, collect, or submit specific ESG reporting data, including but not limited to Key Performance Indicators (KPIs), metrics, or qualitative information relevant to environmental, social, and governance aspects. The Supplier shall use reasonable skill, care, and diligence to comply with such requests, provided the requirements are within the scope of the Supplier's expertise, professional capabilities, and contractual obligations under this Agreement. The Supplier acknowledges that the specific requirements for ESG reporting from the Client's funders may evolve or be clarified over the lifecycle of the contract. The Supplier agrees to adapt and provide reasonable support to ensure compliance with such evolving ESG reporting requirements, as reasonably requested by the Client. Any requirement that is over and above what would reasonably be expected to satisfy ESG reporting responsibilities, will be the subject of a Compensation Event. The Client and Supplier shall collaborate to define the scope, format, and timelines for any ESG reporting requested, ensuring alignment with funder requirements and project objectives. The Supplier shall ensure the accuracy and reliability of any ESG data or reporting it provides. The Supplier shall treat all ESG reporting data and related communications as confidential unless otherwise agreed with the Client or required by the funder. (SC Ref:801448)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000801448"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}