Ardersier Port, Phase 2 - Landside Civils
Ardersier Port (Scotland) Limited
Contract Information
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.
- Value
- GBP 10,000,000
- Deadline
- 16/01/2026 (in a month)
- Selection Criteria
- SuitabilityList 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
- EconomicProvide 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
- TechnicalWith 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.
- Suitability
- Documents attached
- Ardersier Port, Phase 2 - Landside Civils (contractNotice)text/html
- APP2-HAV-ZZ-YAR-PQ-K-000001 - Landside Civils - PQQ R2 (No document type)application/pdfNo document URL
- App A - Drawings & Information (No document type)application/x-zip-compressedNo document URL
- App B - NDA (No document type)application/vnd.openxmlformats-officedocument.wordprocessingml.documentNo document URL
- App C - HSEQ Questionnaire (No document type)application/vnd.openxmlformats-officedocument.wordprocessingml.documentNo document URL
Buyer Information
The primary buyer of this contract is Ardersier Port (Scotland) Limited. There are 2 parties involved in this contract.
- Buyer name
- Ardersier Port (Scotland) Limited
- Party #1
- ID:
org-27 - Name:
Ardersier Port (Scotland) Limited (Ardersier Port (Scotland) Limited) - Role:
buyer, centralPurchasingBody - Address:
Ardersier Port Approach, Ardersier Inverness, UK IV2 7QX - Contact point:
Jordan Robertson
Email: jordan.robertson@haventus.com
Phone: +44 7392403088
Website: http://www.publiccontractsscotland.gov.uk
- ID:
- Party #2
- ID:
org-28 - Name:
Inverness Justice Centre (Inverness Justice Centre) - Role:
reviewBody - Address:
The Inverness Justice Centre Longman Road Inverness Inverness, IV1 1AH - Contact point:
Unknown contact name
Email: Unknown email
Phone: Unknown phone
Website: http://
- ID:
Metadata
- Contract ID
- rls-16-DEC544945
- Open Contracting ID
- ocds-r6ebe6-0000801448
- Tender ID
- ocds-r6ebe6-0000801448
- Buyer name
- Ardersier Port (Scotland) Limited
- Parties involved
- Ardersier Port (Scotland) Limited
- Inverness Justice Centre
- Value
- GBP 10,000,000
- Bid Opening Date
- Unknown bid opening date
- Award start date
- Unknown start date
- Tender end date
- 16/01/2026 (in a month)
- Procurement method
- Competitive procedure with negotiation
- Procurement method details
- Competitive procedure with negotiation
- Main procurement category
- works
- Submission method
- electronicSubmission
- Submission method details
- http://www.publiccontractsscotland.gov.uk
- Submission terms - language
- en
- Submission terms - bid validity period
- Unknown bid validity period
- Techniques - Has framework agreement
- No
- Techniques - Framework agreement maximum participants
- Unknown maximum participants
- Number of lots
- 1
- Lot details (Maximum lots bid per supplier)
- Unknown maximum lots bid per supplier
- Communication channel
- Unknown communication channel
- Covered By
- GPA
- Legal basis
- 32014L0024
- Legal basis scheme
- CELEX
- Classification (Primary)
- 45000000: Construction work (CPV)
- Classification (Additional)
- 45000000: Construction work