{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000647938-2022-07-08T00:00:00Z",
    "date": "2022-07-08T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000647938",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-36",
            "name": "Comhairle nan Eilean Siar",
            "identifier": {
                "legalName": "Comhairle nan Eilean Siar"
            },
            "address": {
                "streetAddress": "Council Offices, Sandwick Road",
                "locality": "Stornoway",
                "region": "UKM64",
                "postalCode": "HS1 2BW"
            },
            "contactPoint": {
                "email": "contracts@cne-siar.gov.uk",
                "telephone": "+44 1851600501",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "https://www.cne-siar.gov.uk"
            }
        },
        {
            "id": "org-37",
            "name": "Stornoway Sheriff Court",
            "identifier": {
                "legalName": "Stornoway Sheriff Court"
            },
            "address": {
                "locality": "Stornoway"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-250",
            "name": "Comhairle nan Eilean Siar",
            "identifier": {
                "legalName": "Comhairle nan Eilean Siar"
            },
            "address": {
                "streetAddress": "Council Offices, Sandwick Road",
                "locality": "Stornoway",
                "region": "UKM64",
                "postalCode": "HS1 2BW"
            },
            "contactPoint": {
                "email": "contracts@cne-siar.gov.uk",
                "telephone": "+44 1851600501",
                "faxNumber": "+44 1851705349",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.cne-siar.gov.uk"
            }
        },
        {
            "id": "org-387",
            "name": "George Leslie Ltd",
            "identifier": {
                "legalName": "George Leslie Ltd"
            },
            "address": {
                "streetAddress": "Blackbyres Road, Barrhead",
                "locality": "Glasgow",
                "region": "UKM83",
                "postalCode": "G78 1DU"
            },
            "contactPoint": {
                "telephone": "+44 1418819131",
                "faxNumber": "+44 1418818265"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-379",
            "name": "Stornoway Sheriff Court",
            "identifier": {
                "legalName": "Stornoway Sheriff Court"
            },
            "address": {
                "streetAddress": "9 Lewis Street",
                "locality": "Stornoway",
                "postalCode": "HS1 2JF"
            },
            "contactPoint": {
                "telephone": "+44 1851702231",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Comhairle nan Eilean Siar",
        "id": "org-250"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000647938",
        "title": "Lochmaddy Pier Improvement Programme Main Works",
        "description": "The proposed upgrade works to Lochmaddy Ferry Terminal are required to facilitate the new vessel, due to commence operating on the Skye Triangle. The principal elements of the works include: -Dredging - To increase seabed depths adjacent to the ferry berth and linkspan, and on the rocky foreshore to the north of the berth to allow increased space for manoeuvring in strong cross winds; - Reclamation - To increase the capacity and functionality of the marshalling areas; - Temporary Works - To allow continued operation of the ferry service, temporary fenders will be required on the south berthing face; - Demolition - Lowering of the existing roundhead to match the existing and new deck levels; - Pier Extension - Off site construction of a reinforced concrete caisson, including fixtures and fittings, preparing a foundation and sinking the caisson onto the foundation; Construction of a reinforced concrete slab over the caisson after filling with rock fill; - Concrete Repairs - Repair works and coating to existing reinforced concrete pier deck slab, cross beams and columns; - Fendering - Upgraded fendering system to the new and existing pier structure; - Services - Diversions of existing services to facilitate the works, upgrade of the sub-station, power, lighting, potable water, drainage etc. to the ferry terminal to suit new terminal layout and allow bunkering and power supply to the new vessel.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45244000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM64"
                    },
                    {
                        "region": "UKM64"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "tenderPeriod": {
            "endDate": "2021-04-28T14:00:00Z"
        },
        "documents": [
            {
                "id": "MAR410303",
                "documentType": "contractNotice",
                "title": "Lochmaddy Pier Improvement Programme Main Works",
                "description": "The proposed upgrade works to Lochmaddy Ferry Terminal are required to facilitate the new vessel, due to commence operating on the Skye Triangle. The principal elements of the works include: -Dredging - To increase seabed depths adjacent to the ferry berth and linkspan, and on the rocky foreshore to the north of the berth to allow increased space for manoeuvring in strong cross winds; - Reclamation - To increase the capacity and functionality of the marshalling areas; - Temporary Works - To allow continued operation of the ferry service, temporary fenders will be required on the south berthing face; - Demolition - Lowering of the existing roundhead to match the existing and new deck levels; - Pier Extension - Off site construction of a reinforced concrete caisson, including fixtures and fittings, preparing a foundation and sinking the caisson onto the foundation; Construction of a reinforced concrete slab over the caisson after filling with rock fill; - Concrete Repairs - Repair works and coating to existing reinforced concrete pier deck slab, cross beams and columns; - Fendering - Upgraded fendering system to the new and existing pier structure; - Services - Diversions of existing services to facilitate the works, upgrade of the sub-station, power, lighting, potable water, drainage etc. to the ferry terminal to suit new terminal layout and allow bunkering and power supply to the new vessel.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR410303",
                "format": "text/html"
            },
            {
                "id": "JUL453494",
                "documentType": "awardNotice",
                "title": "Lochmaddy Pier Improvement Programme Main Works",
                "description": "The proposed upgrade works to Lochmaddy Ferry Terminal are required to facilitate the new vessel, due to commence operating on the Skye Triangle. The principal elements of the works include: -Dredging - To increase seabed depths adjacent to the ferry berth and linkspan, and on the rocky foreshore to the north of the berth to allow increased space for manoeuvring in strong cross winds; - Reclamation - To increase the capacity and functionality of the marshalling areas; - Temporary Works - To allow continued operation of the ferry service, temporary fenders will be required on the south berthing face; - Demolition - Lowering of the existing roundhead to match the existing and new deck levels; - Pier Extension - Off site construction of a reinforced concrete caisson, including fixtures and fittings, preparing a foundation and sinking the caisson onto the foundation; Construction of a reinforced concrete slab over the caisson after filling with rock fill; - Concrete Repairs - Repair works and coating to existing reinforced concrete pier deck slab, cross beams and columns; - Fendering - Upgraded fendering system to the new and existing pier structure; - Services - Diversions of existing services to facilitate the works, upgrade of the sub-station, power, lighting, potable water, drainage etc. to the ferry terminal to suit new terminal layout and allow bunkering and power supply to the new vessel.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL453494",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The proposed upgrade works to Lochmaddy Ferry Terminal are required to facilitate the new vessel, due to commence operating on the Skye Triangle. The principal elements of the works include: - Dredging - To increase seabed depths adjacent to the ferry berth and linkspan, and on the rocky foreshore to the north of the berth to allow increased space for manoeuvring in strong cross winds; - Reclamation - To increase the capacity and functionality of the marshalling areas; - Temporary Works - To allow continued operation of the ferry service, temporary fenders will be required on the south berthing face; - Demolition - Lowering of the existing roundhead to match the existing and new deck levels; - Pier Extension - Off site construction of a reinforced concrete caisson, including fixtures and fittings, preparing a foundation and sinking the caisson onto the foundation; Construction of a reinforced concrete slab over the caisson after filling with rock fill; - Concrete Repairs - Repair works and coating to existing reinforced concrete pier deck slab, cross beams and columns; - Fendering - Upgraded fendering system to the new and existing pier structure; - Services - Diversions of existing services to facilitate the works, upgrade of the sub-station, power, lighting, potable water, drainage etc. to the ferry terminal to suit new terminal layout and allow bunkering and power supply to the new vessel.. The price:quality weighting at ITT stage will be within the 60:40 to 40:60 price:quality range. The weighting indicated in II.2.5 above is therefore indicative only.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "maximumCandidates": 6
                },
                "selectionCriteria": {
                    "description": "A maximum of 6 bidders who pass the minimum standards and meet the minimum threshold score for the scored elements of the SPD will then be invited to tender for the works at which point a technical and commercial evaluation will take place. The Comhairle may exclude any bidder who scores less than 50% of the achievable score in any of the scored questions in the SPD or 50% of the maximum total of the scored questions."
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": false
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2021-05-31T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Enrolment in a Trade Register The bidder is enrolled in the relevant trade registers kept in the Member State of its establishment (as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015) Bidders are required to complete the SPD in Project_18297 on PCS-Tender and provide all information requested. Where the bidder relies on consortium members or subcontractors for more than 20% of the likely contract value, a completed SPD response from these consortium members or sub-contractors must be submitted. Relevant evidence and certificates to support declarations in the SPD must be submitted with the SPD in Project_18297 on PCS-Tender. A maximum of up to 6 bidders who pass the minimum standards and meet the minimum threshold score for the scored elements of the SPD will then be invited to tender for the works."
                },
                {
                    "type": "economic",
                    "description": "Turnover The bidder must provide its (\"general\") yearly turnover for the number of financial years specified in the relevant Contract Notice: Last 2 fiscal years The bidder must provide its (\"specific\") yearly turnover (Marine Construction) for the number of financial years specified in the relevant Contract Notice: Last 2 fiscal years Accounts The bidder must provide its annual accounts for the last 2 fiscal years Financial ratios to be used Current Ratio Definition of Ratio - Total Equity / Total Liabilities Turnover Definition of Ratio - Estimated Contract Value as a % of Company Turnover Insurances The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below: The minimum insurance requirements, on an each and every basis, are: Employer's (Compulsory) Liability: 10m GBP 3rd Party and Property: 10m Loss of or Damage to the works including Plant and Materials: 10m GBP",
                    "minimum": "Turnover Minimum required general turnover per year: We would expect general turnover to be at least approx. 2 times the estimated contract value. Minimum required specific turnover per year: We would expect specific turnover to be at least approx. 100% of the estimated value of the marine construction works element of the contract. Accounts The bidder must provide its annual accounts for the last 2 fiscal years Current Ratio Requirement - A healthy business should have a range of 1.2 to 2. Turnover Requirement - This should be less than 50% for general turnover and 100% for specific turnover. Insurances The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below: The minimum insurance requirements, on an each and every basis, are: Employer's (Compulsory) Liability: 10m GBP 3rd Party and Property: 10m Loss of or Damage to the works including Plant and Materials: 10m GBP"
                },
                {
                    "type": "technical",
                    "description": "Relevant selection criteria are detailed in project_18297 on PCS-Tender.",
                    "minimum": "Relevant information is detailed in project_18297 on PCS-Tender."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "45244000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "(SC Ref:699802)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000647938"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000647938"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "ocds-r6ebe6-0000647938-1",
            "suppliers": [
                {
                    "id": "org-387",
                    "name": "George Leslie Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "ocds-r6ebe6-0000647938-1",
            "awardID": "ocds-r6ebe6-0000647938-1",
            "status": "active",
            "value": {
                "amount": 15301496.12,
                "currency": "GBP"
            },
            "dateSigned": "2022-02-14T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2021/S 000-006002"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "901",
                "measure": "bids",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "902",
                "measure": "smeBids",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "903",
                "measure": "foreignBidsFromEU",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "904",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "905",
                "measure": "electronicBids",
                "value": 5,
                "relatedLot": "1"
            }
        ]
    }
}