Tender

Port of Sullom Voe Marine Infrastructure Maintenance Contract 2022

  • Shetland Islands Council (Utilities)

F05: Contract notice – utilities

Notice identifier: 2022/S 000-001838

Procurement identifier (OCID): ocds-h6vhtk-030dc7

Published 21 January 2022, 12:14pm



Section one: Contracting entity

one.1) Name and addresses

Shetland Islands Council (Utilities)

8 North Ness Business Park

Lerwick

ZE1 0LZ

Contact

Colin Black

Email

contract.admin@shetland.gov.uk

Telephone

+44 1595744595

Country

United Kingdom

NUTS code

UKM66 - Shetland Islands

Internet address(es)

Main address

http://www.shetland.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA27103

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

one.6) Main activity

Port-related activities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Port of Sullom Voe Marine Infrastructure Maintenance Contract 2022

two.1.2) Main CPV code

  • 45442120 - Painting and protective-coating work of structures

two.1.3) Type of contract

Works

two.1.4) Short description

All Permanent and Temporary Works in connection with the maintenance of marine infrastructure at the Port of Sullom Voe, Shetland, comprising of the painting of structural steelwork, steel piles and ancillary items including work in tidal conditions together with other sundry repairs to steelwork, concrete repairs, timber fendering, replacement of cathodic protection anodes, replacement of cable trays, minor electrical work and similar.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50800000 - Miscellaneous repair and maintenance services
  • 45223200 - Structural works
  • 45244200 - Jetties
  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UKM66 - Shetland Islands
Main site or place of performance

Sullom Voe, Shetland and as required by the Contracting Authority.

two.2.4) Description of the procurement

The type of contract to be awarded is a works contract.

The Contracting Authority is using a Restricted Procedure under the Utilities Contracts (Scotland) Regulations 2016.

The estimated total contract value for the provision of the required services over the potential maximum term of five years is 7,500,000 GBP.

The tendering procedure being followed is a restricted procedure with a view to identifying five tenderers.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Options for renewal are detailed in the Invitation to Tender.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

As per the response to the Single Procurement Document (SPD) (Scotland) and the related Single Procurement Document Briefing Document.

The five highest scoring economic operators at the Stage 1 will be invited to submit a tender.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

Economic operators must include up to date financial information that confirms the tenderer's financial capacity to fulfil the terms of the contract. Audited accounts and bank references are the preferred evidence but other relevant financial documents and data can be supplied by tenderers that do not hold company status.

Minimum level(s) of standards possibly required

Three years accounts and business reports for the contracting entity;

A current bank reference report at a minimum value of 1,000,000 GBP;

Evidence of current Employers and Public Liability Insurances to the minimum extent of 10,000,000 GBP and 5,000,000 GBP respectively;

Evidence of Professional Indemnity Insurance at a minimum of 1,000,000 GBP.

The Contracting Authority will carry out an Equifax check where a Bank Reference cannot be obtained and this will form part of the economic and financial evaluation of economic operators.

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C.1.2 of the Single Procurement Document (SPD) (Scotland): economic operators will be required to provide examples that demonstrate that they have the relevant experience to deliver the works as described in Section 5 of the SPD Briefing Document.

Minimum level(s) of standards possibly required

As described in the Single Procurement Document (SPD) Briefing Document.

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Monthly in arrears

three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

Joint and several liability

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 February 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

28 February 2022

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2027

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Please note that it is an essential requirement of the procurement process that Tenderers fully complete and submit a satisfactory Single Procurement Document (SPD) (Scotland) and satisfy all requirements specified or referred to in the Contract Notice and Procurement Documents.

111.1.2 - Economic operators who do not obtain a satisfactory financial evaluation may not be considered for contract award.

The UK has left the EU and the transition period after EU came to an end on 31 December 2020. From 1 January 2021, relevant references to the EU and EU procurement legislation will either be updated or removed from the Public Contracts Scotland site where appropriate. This will be an ongoing process.

Despite the reference to the EU Directives embedded in the header of the Contract Notice, the EU Directives do not apply to this procurement.

The Contract shall be subject to Scots Law and the jurisdiction of the Scottish Courts.

111.1.2 - A Bank Reference Mandate Form is included for completion by economic operators where a Bank Reference is not submitted direct by the economic operator.

The Council will carry out an Equifax check where a Bank Reference cannot be obtained and this will form part of the economic and financial evaluation of economic operators.

The annual and total contract values described in the documents and contract notice are estimated and therefore subject to change. Works are scheduled to meet the changing needs of the employer and terminal operator.

For the avoidance of doubt Tenders are not required for Stage 1, the selection stage. The draft Invitation to Tender documents are for information only and will be distributed in final form to those economic operators who are to be invited to tender at Stage 2 of the procedure.

V1.4.1 - Review body. The review body noted is Lerwick Sheriff Court but economic operators should contact the Contracting Authority in the first instance if any issue needs to be addressed. The court may be contacted where legal proceedings are contemplated.

11.2.7 - 36 months refers to the initial contract period.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=669551.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://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.

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

Community Benefits have been considered and none identified that are appropriate for the contract proposed.

(SC Ref:669551)

six.4) Procedures for review

six.4.1) Review body

Lerwick Sheriff Court

King Erik Street

Lerwick

ZE1 0HD

Email

lerwick@scotcourts.gov.uk

Country

United Kingdom