海角社区app

Construction Tenders

Mon September 16 2024

Related Information

Construction Contract Leads

No location provided

Category Goods

Type

No. of Lots 1

Status Active

Published 3rd Sep 2024

Tender Details
Referenceocds-h6vhtk-0497d7
Common Procurement VocabularyShips and boats
Procurement MethodOpen procedure
Value£5,700,000
« Previous Page

No location provided

Category Goods

Type

No. of Lots 1

Status Active

Published 3rd Sep 2024

Tender Details
Referenceocds-h6vhtk-0497d7
Common Procurement VocabularyShips and boats
Procurement MethodOpen procedure
Value£5,700,000

Section I: Contracting authority

I.1) Name and addresses

Shetland Islands Council

8 North Ness Business Park

Lerwick

ZE1 0LZ

Contact

Graeme MacDonald - Procurement Manager

Email

contract.admin [at] shetland.gov.uk

Telephone

+44 1595744595

Country

United Kingdom

NUTS code

UKM66 - Shetland Islands

Internet address(es)

Main address

Buyer's address

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Supply of Vessel

Reference number

ED/9/24

II.1.2) Main CPV code

  • 34500000 - Ships and boats

II.1.3) Type of contract

Supplies

II.1.4) Short description

Tenders are sought from interested parties to supply to Shetland Islands Council a new vessel in accordance with the Specification of Requirements and in the timescale detailed in the Invitation to Tender documents. The requirement is for an MCA workboat code compliant new build steel monohull vessel with 12 passenger capacity.

II.1.5) Estimated total value

Value excluding VAT: 拢5,700,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.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

II.2.3) Place of performance

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

Handover of the vessel to take place at the supplier鈥檚 yard or as agreed between the supplier and the contracting authority.

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

18

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

Tenderers must complete the Single Procurement Document (Scotland) (鈥淪PD鈥) to include information on the following:

4B1a of the SPD 鈥 General Yearly Turnover:- Tenderers are be required to have a minimum, general, overall turnover of 7 million GBP per year for the last 3 financial years available, depending on the date on which the economic operator started trading.

4B2a of the SPD 鈥 Specific Yearly Turnover: Tenderers are be required to have a minimum, specific for the type of contract proposed, turnover of 7 million GBP per year for the last 3 financial years available, depending on the date on which the economic operator started trading.

Where the levels of turnover specified (4B1a and/or 4B2a) is not available for the time period requested, the Tenderer must state the date which they were set up or started trading, explain any previous related company history and provide such turnover information it has in order for the Contracting Authority to assess that information in accordance with Appendix 8: Economic and Financial Assessment of the Invitation to Tender within the procurement documents.

The Tenderer confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated:

- 4B5a of the SPD 鈥 Professional Risk Indemnity Insurance: 5 million GBP for each and every claim;

- 4B5b of the SPD 鈥 Employer's (Compulsory) Liability Insurance: 10,000,000 GBP for each and every claim;

- 4B5c of the SPD 鈥 All other Types of Insurance Listed:

Public Liability Insurance - 5,000,000 GBP for each and every claim.

Product Liability Insurance - 5,000,000 GBP for each and every claim

Section 4B6 of the SPD - Other economic or financial requirements must be completed in accordance with SCHEDULE 3: Selection Criteria of the Invitation to Tender within the procurement documents

III.1.3) Technical and professional ability

List and brief description of selection criteria

4C8.1 of the SPD: Tenderers will be required to confirm their average annual manpower for the last three years.

4C8.2 of the SPD: Tenderers will be required to confirm their average and the number of managerial staff for the last three years.

4C10 of the SPD: Tenderers 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

4D.1 of the SPD:

Quality Management:

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

-The Tenderer must comply with the alternative requirements as specified in the procurement documents.

Health and Safety:

-The Tenderer must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum; or

-The Tenderer must comply with the alternative requirements as specified in the procurement documents.

4D.2 of the SPD: Certificates by independent bodies about environmental managements systems or standards:

- The Tenderer 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; or

-The bidder must comply with the alternative requirements as specified in the procurement documents.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

4 October 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.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)

IV.2.7) Conditions for opening of tenders

Date

4 October 2024

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.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.

- The contract form shall be BIMCO NEWBUILDCON with amendments.

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

- The successful Tenderer must provide a Refund Guarantee in accordance with Clause 14 and Annex A (iii) and in the form contained in the BIMCO NEWBUILDCON as amended.

- A Bank Reference Mandate Form must be completed by economic operators and submitted with the Tender. Where the Tenderer or bank have not provided a bank reference to the minimum value stated in the contract notice, the Council will seek an independent credit rating check and assess this in accordance with the procedure specified in the procurement documents.

- 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 part funded by UK Government. 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 .

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at .

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:

Community benefits are included in this requirement. For more information see:

A summary of the expected community benefits has been provided as follows:

Community benefits (Targeted Recruitment and Employment; Targeted Skills and Training; Supply Chain Development; Community Engagement and Support) are included in this procurement. Tenderers must comply as specified in the procurement documents.

(SC Ref:773509)

Download the ESPD document here:

VI.4) Procedures for review

VI.4.1) Review body

Lerwick Sheriff Court

King Erik Street

Lerwick

ZE1 0DH

Email

Lerwick [at] scotcourts.gov.uk

Telephone

+44 1595693914

Country

United Kingdom

Internet address