Section one: Contracting authority
one.1) Name and addresses
Shetland Islands Council
8 North Ness Business Park
Lerwick, Shetland
ZE1 0LZ
Contact
Graeme MacDonald
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
B9082 Gutcher to Cullivoe Road Improvement Scheme, Yell, Shetland
Reference number
I/25/24
two.1.2) Main CPV code
- 45233120 - Road construction works
two.1.3) Type of contract
Works
two.1.4) Short description
Shetland Islands Council propose to construct the new B9082 Gutcher to Cullivoe, 2-lane single carriageway in Yell, Shetland. The requirement involves the construction of a new 6.3 metre wide 4.5km long carriageway from Gutcher to Cullivoe on a new alignment in accordance with the Design Manual for Roads and Bridges (DMRB) and associated drainage infrastructure between the B9082 junction with the A968 Ulsta to Gutcher Road and its junction with the Cullivoe Pier road.
There will be a significant area of peat restoration associated within the earthworks section of the works.
The construction of new roads, infrastructure and landscaping will be undertaken in a single phase.
two.1.5) Estimated total value
Value excluding VAT: £9,900,000
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
Yell, Shetland Islands and as required by the Contracting Authority.
two.2.4) Description of the procurement
The type of contract to be awarded is a Works contract.
The procurement is a regulated procurement governed by the Public Contracts (Scotland) Regulations 2015. The procedure being followed is an Open Procedure.
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
24
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
Minimum level(s) of standards possibly required
Minimum overall turnover of 4,950,000 GBP 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;
Evidence of current Employers and Public Liability Insurances to a minimum of 10,000,000 GBP and 5,000,000 GBP respectively;
Financial statements for the last 3 financial years if available, depending on the date on which the economic operator started trading, as far as the information on this turnover is available. Where accounts are not in English, the Tenderer must provide certified extracts in the English language;
A current bank reference to support annual contract value of 4,950,000 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;
The standard ratios and metrics which will be used to assess the economic and financial standing of the bidder are detailed in Appendix 1.
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
4C.1
1. Provide evidence of infrastructure works of a similar nature or scale. You must detail works, duration, completion date compared to programme, delivered.
Minimum of 3 projects within the last 5 years.
2. Provide evidence of working in a remote location.
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
10 January 2025
Local time
12:00pm
Changed to:
Date
17 January 2025
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
10 January 2025
Local time
12:30pm
Place
* North Ness Business Park, Lerwick, Shetland
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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) (Scotland) and satisfy all requirements specified or referred to in the Contract Notice.
111.1.2 - Economic operators who do not obtain a satisfactory financial evaluation may not be considered for contract award.
The Contract shall be subject to Scots Law and the jurisdiction of the Scottish Courts.
GBP means Great British Pounds.
A Bank Reference Mandate Form is included for completion by economic operators where a Bank Reference is not submitted direct by the economic operator.
The Council reserves the right to accept any tender in whole or in part and is not bound to accept any tender or the lowest tender submitted.
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=776105.
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:
Community benefits are included in this requirement. For more information see: Vol 1 Instructions to Tenderers
(SC Ref:776105)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=776105
six.4) Procedures for review
six.4.1) Review body
Lerwick Sheriff Court
King Erik Street
Lerwick
ZE1 0HD
Country
United Kingdom