Section one: Contracting authority
one.1) Name and addresses
Shetland Islands Council
8 North Ness, Lerwick
Shetland
ZE1 0LZ
Contact
Colin Black - Procurement Manager
contract.admin@shetland.gov.uk
Telephone
+44 1595744595
Country
United Kingdom
NUTS code
UKM66 - Shetland Islands
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00402
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained 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.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Naval Architecture Consultancy Services
Reference number
ED/2/23
two.1.2) Main CPV code
- 98360000 - Marine services
two.1.3) Type of contract
Services
two.1.4) Short description
The purpose of this Invitation to Tender (ITT) is to invite economic operators to submit Tenders for an anticipated 36-month period under a Framework Agreement with an anticipated start date of 17th July 2023 for the Provision of Naval Architecture Consultancy Services.
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM66 - Shetland Islands
two.2.4) Description of the procurement
An Open Procedure is being followed in accordance with regulations 28 of the Public Contracts (Scotland) Regulations 2015.
The procedure is intended to result in the Council entering into a Framework Agreement in accordance with Regulation 34 of the Regulations with the successful Tenderer, from whom subsequent Call-off(s) for the Services shall be made.
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
Further two 12 month period may be considered.
two.2.10) Information about variants
Variants will be accepted: No
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
- Three years accounts and business reports for the contracting entity;
- A current bank reference to a minimum value of 100,000 GBP;
- Overall turnover, detailing those of similar services over the last three years;
- Employers Liability Insurance with a minimum limit of indemnity of 10,000,000 GBP (ten million pounds sterling);
- Public Liability Insurance with a minimum limit of indemnity of 5,000,000 GBP(five million pounds sterling); and
- Professional Indemnity Insurance with a minimum level of 3,000,000 GBP (three million pounds sterling) for any one event
three.1.3) Technical and professional ability
List and brief description of selection criteria
Business profile/details of previous experience in carrying out similar services within the last three years, including references.
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
- Provide evidence of membership of Royal Institute of Naval Architects, or equivalent.
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
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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
23 June 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
23 June 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
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) and satisfy all requirements specified or referred to in the Contract Notice and Procurement Documents.
The contract shall be subject to Scots Law and the jurisdiction of the Scottish Courts.
GBP means Great British Pounds.
III.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.
Despite the reference to the EU Directives embedded in the header of the Contract Notice, the EU Directives do not apply to this procurement.
III.1.2 - A Bank Reference Mandate Form is included with the procurement documents 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.
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.
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=732506.
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.
(SC Ref:732506)
six.4) Procedures for review
six.4.1) Review body
Lerwick Sheriff Court
King Erik Street
Lerwick
ZE1 0DH
Telephone
+44 1595693914
Country
United Kingdom
Internet address
https://www.scotcourts.gov.uk/the-courts/court-locations/lerwick-sheriff-court