Construction Tenders

Tue July 16 2024

Related Information

Construction Contract Leads

No location provided

Category Works

Type

No. of Lots 3

Status Active

Published 2nd Jul 2024

Tender Details
Referenceocds-h6vhtk-047948
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value-
« Previous Page

No location provided

Category Works

Type

No. of Lots 3

Status Active

Published 2nd Jul 2024

Tender Details
Referenceocds-h6vhtk-047948
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

Shetland Islands Council

8 North Ness, Lerwick

Shetland

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

http://www.shetland.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00402

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

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

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

Fair Isle & Grutness Ferry Terminal Redevelopment

Reference number

ED/10/24

II.1.2) Main CPV code

  • 45000000 - Construction work

II.1.3) Type of contract

Works

II.1.4) Short description

Shetland Islands Council are looking to appoint Contractors to undertake maritime infrastructure works at two ferry terminal sites: Grutness on the Shetland mainland, and North Haven on Fair Isle. The works of these two ferry terminals are to facilitate a new larger vessel and create more sheltered conditions at Grutness pier.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Lot 1 - Grutness Pier

Lot No

1

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work

II.2.3) Place of performance

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

Grutness Pier - Shetland mainland

II.2.4) Description of the procurement

Construction of 22m long pier extension, breakwater extension, dredging works and re-surfacing of land side hardstanding areas. More detail included in ITT.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

24

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: Yes

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

II.2) Description

II.2.1) Title

Lot 2 - Fair Isle

Lot No

2

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work

II.2.3) Place of performance

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

Fair Isle

II.2.4) Description of the procurement

Information included in 2.2.2 of Invitation to Tender document.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

24

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: Yes

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

II.2) Description

II.2.1) Title

Lot 3 - Grutness & Fair Isle Combined

Lot No

3

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work

II.2.3) Place of performance

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

Grutness & Fair Isle, Shetland Islands

II.2.4) Description of the procurement

Information in Section 2.2 of Invitation to Tender document.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

24

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: Yes

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

To be added

III.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

- Full Financial statements and business reports for the contracting entity for the last 3 financial years available. Where accounts are not in English, the Tenderer must provide certified extracts in the English language. Filleted accounts will not be accepted.

- Bidders are be required to have a minimum, general, overall turnover of 2 million GBP (For Lot 1 and 2) and 4 million GBP (For Lot 3) 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;

- Bidders are be required to have a minimum, specific for the type of contract proposed, turnover of 2 million GBP (For Lot 1 and 2) and 4 million GBP (For Lot 3) 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;

- Where turnover information (4B1a and/or 4B2a) 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.

- Public Liability Insurance to 5 million GBP;

- Product Liability Insurance to 5 million GBP;

- Employers (compulsory) liability insurance to 10 million GBP for each and every claim;

- Professional Risk Indemnity Insurance of 5 million GBP for each and every claim;

- Evidence of current Third Party Motor insurance with a minimum level of 5,000,000 GBP for each and every claim

III.1.3) Technical and professional ability

List and brief description of selection criteria

Tenderers will be required to provide three (3) examples of projects which involved works of a similar scope, complexity and value to this project that demonstrate that the Tenderers has relevant capability and experience to deliver the works as described in the contract notice and detailed in SIC’s tender documents. Examples should be from projects completed within the past six (6) years.

(More information included in section 5.2.3 of Invitation to Tender document)

III.2) Conditions related to the contract

III.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 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

3 September 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

3 September 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

Due to the quantity and size of appendices to the Works Information and Site Information for each lot, these have not been uploaded to PCS however these can be issued to each Contractor if desired, via a direct transfer link. Please email contract.admin [at] Shetland.gov.uk to request this.

The contract shall be subject to Scots law and the jurisdiction of the Scottish Courts.

GBP means Great British Pounds.

The Council reserves the right to not award any contract.

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=768400.

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:

Tenderers are required to detail the community benefits they will provide as part of this contract. The Community Benefits must relate to the communities in and around the local authority area that works will be carried out in.

(SC Ref:768400)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=768400

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

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