Tender

Provision of Consultant Marine, Civil Engineering and Technical Services at Sullom Voe Harbour Area, Shetland

  • Shetland Islands Council (Utilities)

F05: Contract notice – utilities

Notice identifier: 2023/S 000-017693

Procurement identifier (OCID): ocds-h6vhtk-03d850

Published 21 June 2023, 3:42pm



Section one: Contracting entity

one.1) Name and addresses

Shetland Islands Council (Utilities)

8 North Ness

Lerwick

ZE1 0HB

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

Provision of Consultant Marine, Civil Engineering and Technical Services at Sullom Voe Harbour Area, Shetland

two.1.2) Main CPV code

  • 71311000 - Civil engineering consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The scope of services encompasses a range of multi-disciplinary consultant Marine, Civil Engineering and Technical Services used by the Contracting Authority in the Sullom Voe Harbour Area.

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
Main site or place of performance

Sullom Voe Harbour Area and as required by the Contracting Authority.

two.2.4) Description of the procurement

A Restricted Procedure is being followed in accordance with the Utilities Contracts (Scotland) Regulations 2016.

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

48

This contract is subject to renewal

Yes

Description of renewals

Option of extension for up to four 12 month periods.

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

Envisaged number of candidates: 5

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

Minimum level(s) of standards possibly required

Three years accounts and business reports;

A current bank reference report at a minimum value of 400,000 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 current Professional Indemnity Insurances with a minimum level of 3,000,000 GBP for any one event.

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

Minimum level(s) of standards possibly required

Economic operators must have had experience providing consultant marine, civil engineering and technical services in both an oil and gas environment and harbour areas within the last 5 years;

Economic operators must ensure that a senior engineer is present in Shetland on a full-time basis for the duration of the maintenance period at the Sullom Voe Terminal (typically April to September). This person must be of suitable authority, experience and knowledge to make decisions as and when required;

The senior engineer must: (i) have relevant MSc, MEng or equivalent professional qualification or BSc, BEng or equivalent with extensive relevant experience; (ii) be a Chartered Engineer; (iii) have a minimum of 10 years post qualification experience.

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

Interim Certified Payments

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.1.3) 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

24 July 2023

Local time

12:00pm

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

21 August 2023

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: Estimated timing for further notices to be published: This will be subject to any extension options that may be exercised should a Framework Agreement be established.

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Section III The economic, financial and technical information detailed must be submitted in addition to any other information detailed in the Single Procurement Document (SPD).

The SPD must be fully completed, including all information concerning the bidder and exclusion grounds.

Tenderers unable to meet this essential requirement may be rejected.

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.

GBP means Great British Pounds.

For the avoidance of doubt, Tenders are not required for the selection stage. The draft Invitation to Tender documents are for information only. Final form tender documents will be distributed to those economic operators who are to be invited to tender.

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

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.

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=711449.

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:711449)

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