Section one: Contracting entity
one.1) Name and addresses
Shetland Islands Council (Utilities)
8 North Ness
Lerwick
ZE1 0LZ
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=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 Marine Civil Engineering Consultancy Services - Small Ports, Ferry Terminals and Jetties
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 encompasses a range of multi-disciplinary Marine Civil Engineering and technical consultancy services used by the Council. The successful Supplier may be required to undertake a wide range of activities related to the services.
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
Shetland Islands and as required by the Utility.
two.2.4) Description of the procurement
An Open 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.2.10) 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 for the Tenderer;
A current bank reference report at a minimum value of 250,000 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 Utility 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
Evidence of same/similar services in the last three years including contact details for three customers which the Tenderer has supplied with a similar type of service within the last three years;
Professional and other qualifications of the proposed employees;
Details of a minimum of three existing clients to approach for references;
Details of existing clients and extent of services being provided to those clients.
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
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
17 October 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
17 October 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
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.
Should a Framework Agreement be established this may be after 36 months or 72 months.
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) with any Tender that is submitted.
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.
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 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 Utility in the first instance if any issue needs to be addressed. The court may be contacted where legal proceedings are contemplated.
GBP means Great British Pounds.
The Contract shall be subject to Scots Law and the jurisdiction of the Scottish Courts.
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=704575.
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:704575)
six.4) Procedures for review
six.4.1) Review body
Lerwick Sheriff Court
King Erik Street
Lerwick
ZE1 0HD
Telephone
+44 1595693914
Country
United Kingdom