Section one: Contracting authority
one.1) Name and addresses
Shetland Islands Council
8 North Ness, Lerwick
Shetland
ZE1 0LZ
Contact
Colin Black
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.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
Engineering Inspection Services
two.1.2) Main CPV code
- 71630000 - Technical inspection and testing services
two.1.3) Type of contract
Services
two.1.4) Short description
Pressure Systems Safety Regulations 2000 (PSSR) Inspections and Lifting Operations and Lifting Equipment Regulations 1998 (LOLER) Inspections.
two.1.5) Estimated total value
Value excluding VAT: £400,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
two.2) Description
two.2.1) Title
Pressure Systems Safety Regulations 2000 (PSSR) Inspections
Lot No
1
two.2.2) Additional CPV code(s)
- 71630000 - Technical inspection and testing services
two.2.3) Place of performance
NUTS codes
- UKM66 - Shetland Islands
Main site or place of performance
Shetland Islands
two.2.4) Description of the procurement
An Open Procedure is being followed in accordance with regulation 28 of the Public Contracts (Scotland) Regulations 2015.
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 extensions are detailed in the procurement documents.
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
two.2) Description
two.2.1) Title
Lifting Operations and Lifting Equipment Regulations 1998 (LOLER) Inspections
Lot No
2
two.2.2) Additional CPV code(s)
- 71631000 - Technical inspection services
two.2.3) Place of performance
NUTS codes
- UKM66 - Shetland Islands
Main site or place of performance
Shetland Islands
two.2.4) Description of the procurement
An Open Procedure is being followed in accordance with regulation 28 of the Public Contracts (Scotland) Regulations 2015.
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 extension are detailed in the procurement documents.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Lot 1 - PSSR Inspections; Must be registered with UKAS as an Inspection Body under Pressure Systems/Vessels.
Lot 2 - LOLER Inspections; Must be a member of LEEA or equivalent.
Full details of suitability can be found with the tender documents.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Three years accounts and business reports;
A current bank reference to a minimum value of 75,000 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
Lot 1 - PSSR Inspections:
Technical criteria - Must be registered with UKAS as an Inspection Body under Pressure Systems/Vessels.
Experience - Minimum three years experience carrying out inspections of this type of equipment.
SHEQ - Accreditation to ISO 45001:2018 Occupational Health and Safety Management Systems;
Inspectors employed on this contract must be suitably qualified to meet the criteria of "Competent Person" under PSSR (2000);
Curriculum Vitaes must be provided for all personnel employed under this contract working in Shetland Islands Council properties.;
Lot 2 – LOLER Inspections; Must be a member of LEEA or equivalent
Technical criteria - Must be a member of LEEA or equivalent
Experience – Minimum three years’ experience carrying out inspections of this type of equipment
SHEQ – Accreditation to ISO 45001:2018 Occupational Health and Safety Management Systems
Inspectors employed on this contract must be suitably qualified to meet the criteria of "Competent Person" to carry out thorough inspections under LOLER (1998) & Provision and Use of Work Equipment Regulations 1998 (PUWER) where applicable
Curriculum Vitaes must be provided for all personnel employed under this contract working in Shetland Islands Council properties.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Contract Performance Conditions are stated in the tender documents.
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
Date
22 September 2023
Local time
3:00pm
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
22 September 2023
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 48 months
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) 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.
Capping liability below levels of insurance cover held will not be permitted. Economic operators seeking to cap liability will be excluded.
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=739886.
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:739886)
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