Section one: Contracting authority
one.1) Name and addresses
Shetland Islands Council
8 North Ness, Lerwick
Shetland
ZE1 0LZ
Contact
Graeme MacDonald - 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
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.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
Fair Isle & Grutness Ferry Terminal Redevelopment
Reference number
ED/10/24
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Shetland Islands Council are looking to appoint Contractors to undertake maritime infrastructure works at two ferry terminal sites: Grutness on the Shetland mainland, and North Haven on Fair Isle. The works of these two ferry terminals are to facilitate a new larger vessel and create more sheltered conditions at Grutness pier.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - Grutness Pier
Lot No
1
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKM66 - Shetland Islands
Main site or place of performance
Grutness Pier - Shetland mainland
two.2.4) Description of the procurement
Construction of 22m long pier extension, breakwater extension, dredging works and re-surfacing of land side hardstanding areas. More detail included in ITT.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
Lot 2 - Fair Isle
Lot No
2
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKM66 - Shetland Islands
Main site or place of performance
Fair Isle
two.2.4) Description of the procurement
Information included in 2.2.2 of Invitation to Tender document.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
Lot 3 - Grutness & Fair Isle Combined
Lot No
3
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKM66 - Shetland Islands
Main site or place of performance
Grutness & Fair Isle, Shetland Islands
two.2.4) Description of the procurement
Information in Section 2.2 of Invitation to Tender document.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
To be added
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
- Full Financial statements and business reports for the contracting entity for the last 3 financial years available. Where accounts are not in English, the Tenderer must provide certified extracts in the English language. Filleted accounts will not be accepted.
- Bidders are be required to have a minimum, general, overall turnover of 2 million GBP (For Lot 1 and 2) and 4 million GBP (For Lot 3) per year for the last 3 financial years available, depending on the date on which the economic operator started trading, as far as the information on this turnover is available;
- Bidders are be required to have a minimum, specific for the type of contract proposed, turnover of 2 million GBP (For Lot 1 and 2) and 4 million GBP (For Lot 3) per year for the last 3 financial years available, depending on the date on which the economic operator started trading, as far as the information on this turnover is available;
- Where turnover information (4B1a and/or 4B2a) 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, and explain any previous related company history.
- Public Liability Insurance to 5 million GBP;
- Product Liability Insurance to 5 million GBP;
- Employers (compulsory) liability insurance to 10 million GBP for each and every claim;
- Professional Risk Indemnity Insurance of 5 million GBP for each and every claim;
- Evidence of current Third Party Motor insurance with a minimum level of 5,000,000 GBP for each and every claim
three.1.3) Technical and professional ability
List and brief description of selection criteria
Tenderers will be required to provide three (3) examples of projects which involved works of a similar scope, complexity and value to this project that demonstrate that the Tenderers has relevant capability and experience to deliver the works as described in the contract notice and detailed in SIC’s tender documents. Examples should be from projects completed within the past six (6) years.
(More information included in section 5.2.3 of Invitation to Tender document)
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
Open 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
Originally published as:
Date
3 September 2024
Local time
12:00pm
Changed to:
Date
23 September 2024
Local time
12:00pm
See the change notice.
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
3 September 2024
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
Due to the quantity and size of appendices to the Works Information and Site Information for each lot, these have not been uploaded to PCS however these can be issued to each Contractor if desired, via a direct transfer link. Please email contract.admin@Shetland.gov.uk to request this.
The contract shall be subject to Scots law and the jurisdiction of the Scottish Courts.
GBP means Great British Pounds.
The Council reserves the right to not award any contract.
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=768400.
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.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Tenderers are required to detail the community benefits they will provide as part of this contract. The Community Benefits must relate to the communities in and around the local authority area that works will be carried out in.
(SC Ref:768400)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=768400
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