Tender

Supply of Vessel

  • Shetland Islands Council

F02: Contract notice

Notice identifier: 2023/S 000-030166

Procurement identifier (OCID): ocds-h6vhtk-040b88

Published 12 October 2023, 4:53pm



The closing date and time has been changed to:

22 November 2023, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Shetland Islands Council

8 North Ness Business Park

Lerwick

ZE1 0LZ

Contact

Colin Black - Procurement Manager

Email

contract.admin@shetland.gov.uk

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=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

Supply of Vessel

Reference number

ED/10/23

two.1.2) Main CPV code

  • 34500000 - Ships and boats

two.1.3) Type of contract

Supplies

two.1.4) Short description

Tenders are sought from interested parties to supply to Shetland Islands Council a new vessel in accordance with the specification and in the timescale detailed in the Invitation to Tender. The requirement includes a proven design for a new build steel monohull workboat with 12 passenger capability that is MCA workboat code compliant. The vessel must be delivered to the Council at Lerwick, Shetland Islands by 31st October 2025.

two.1.5) Estimated total value

Value excluding VAT: £5,400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34500000 - Ships and boats
  • 34512100 - Ferry boats
  • 34512000 - Ships and similar vessels for the transport of persons or goods

two.2.3) Place of performance

NUTS codes
  • UKM66 - Shetland Islands
Main site or place of performance

Fair Isle and Grutness, Shetland Islands: and as required by the Contracting Authority.

two.2.4) Description of the procurement

The procurement procedure being followed for the Supply of Vessel, is the Open Procedure 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

18

This contract is subject to renewal

No

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 of 5.4 million GBP;

- Where the Tenderer has not provided a bank reference or the bank has not provided a reference, an independent credit rating check will be sought by the Council. The report provided from this check must provide evidence to the Council that the Tenderer has sufficient financial ability to undertake the estimated contract value.

PLEASE NOTE: For SPD Part IV – B Economic and Financial Standing: Where accounts are not in English the Tenderer must provide certified extracts in the English language for the minimum period requested.

Minimum level(s) of standards possibly required

- Bidders are be required to have a minimum, general, yearly turnover of 7 million GBP for the last 3 years;

- Bidders are be required to state their specific, yearly turnover of 7 million GBP for the last 3 years for the type and value for the Contract proposed;

- Where turnover information (4B.1.1 and/or 4B.2.1) 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;

- Professional Risk Indemnity Insurance - 5 million GBP;

- Employers (Compulsory) Liability Insurance - 10 million GBP;

- Public Liability Insurance - 5 million GBP;

- Product Liability Insurance - 5 million GBP;

- Bidders will be required to confirm ability to provide Refund Guarantee.

three.1.3) Technical and professional ability

List and brief description of selection criteria

- Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the supplies as described;

- Bidders will be required to confirm their average annual manpower for the last three years;

- Bidders will be required to confirm their average and the number of managerial staff for the last three years;

- Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

Minimum level(s) of standards possibly required

- Minimum of two vessels built between 18 metres and 40 metres length overall with steel monohull construction, during the last three years;

- The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent);

- The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.


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

15 November 2023

Local time

12:00pm

Changed to:

Date

22 November 2023

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

15 November 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

- GBP means Great British Pounds.

- 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 contract form shall be BIMCO NEWBUILDCON with amendments.

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

- Successful Tenderer must provide Refund Guarantee in the form contained in the BIMCO NEWBUILDCON as amended, in accordance with Annex A (iii).

- Lots: The Council has considered the possibility of incorporating Lots and has concluded that this is not appropriate.

- 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.

- The Contract shall be subject to Scots Law and the jurisdiction of the Scottish Courts.

- The procurement is funded by UK Government under its Levelling Up Fund. The Fair Isle Ferry Replacement Project, of which this procurement (namely the vessel replacement) forms part, is subject to final funding approval from Shetland Islands Council and UK Government.

- 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=745617.

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.

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

Included in ITT.

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:

Economic operators are required to detail the community benefits they will provide as part of the proposed contract. The community benefits must relate to the communities in and around the geographical area that Shetland Islands Council operates in.

The community benefit stated by the economic operator will form part of the Contract.

(SC Ref:745617)

six.4) Procedures for review

six.4.1) Review body

Lerwick Sheriff Court

King Erik Street

Lerwick

ZE1 0DH

Email

Lerwick@scotcourts.gov.uk

Telephone

+44 1595693914

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/lerwick-sheriff-court