Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Design & Build of New Passenger Vessel

  • Cyhoeddwyd gyntaf: 30 Ionawr 2026
  • Wedi'i addasu ddiwethaf: 30 Ionawr 2026
  • Fersiwn: N/A
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Eicon Gwybodaeth

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Eicon Gwybodaeth
Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
Shetland Islands Council
ID Awudurdod:
AA21734
Dyddiad cyhoeddi:
30 Ionawr 2026
Dyddiad Cau:
02 Mawrth 2026
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The requirement is for a new 33m Class B Ro-Ro passenger vessel to operate on Shetland’s routes as a relief vessel (the "Vessel"). The Vessel must be built and delivered to the Council in Shetland, Scotland by 31st March 2029. The Council has a strong preference for an earlier handover of 31st October 2028.

The contract awarded will be BIMCO NEWBUILDCON with amendments, as described in more detail in the draft Invitation to Negotiate ("ITN") included in the Procurement Documents (the "Contract").

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Shetland Islands Council

8 North Ness Business Park

Lerwick, Shetland

ZE1 0LZ

UK

Person cyswllt: Graeme MacDonald - Procurement Manager

Ffôn: +44 1595744595

E-bost: contract.admin@shetland.gov.uk

NUTS: UKM66

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.shetland.gov.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00402

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

www.publiccontractsscotland.gov.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

www.publiccontractsscotland.gov.uk


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Design & Build of New Passenger Vessel

Cyfeirnod: I/38/25

II.1.2) Prif god CPV

34512100

 

II.1.3) Y math o gontract

Cyflenwadau

II.1.4) Disgrifiad byr

The requirement is for a new 33m Class B Ro-Ro passenger vessel to operate on Shetland’s routes as a relief vessel (the "Vessel"). The Vessel must be built and delivered to the Council in Shetland, Scotland by 31st March 2029. The Council has a strong preference for an earlier handover of 31st October 2028.

The contract awarded will be BIMCO NEWBUILDCON with amendments, as described in more detail in the draft Invitation to Negotiate ("ITN") included in the Procurement Documents (the "Contract").

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 35 100 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

34512000

34512700

II.2.3) Man cyflawni

Cod NUTS:

UKM66


Prif safle neu fan cyflawni:

Shetland Islands

II.2.4) Disgrifiad o’r caffaeliad

The procurement procedure being followed for the Vessel​ is the Competitive Procedure with Negotiation (CPN) in accordance with Regulation 30 of the Public Contracts (Scotland) Regulations 2015 (the "Regulations").

The structure of the procurement (the “Procurement”) is as follows:

Stage 1: Shetland Islands Council (the “Council”), by publishing this Contract Notice, invites candidates to request to participate in the process by completion of an SPD response;

Stage 2: successful candidates from Stage 1 will be invited to submit Initial Tenders (“Initial Tenders”) and to negotiate with the Council with a view to improving the content of their Initial Tenders (the “Negotiation Process”);

Stage 3: Tenderers will then be invited to submit Final Tenders (“Final Tenders”) which will be evaluated in order for the Council to identify the most economically advantageous tender (“MEAT”); and

Stage 4: subject to completion of the mandatory standstill period, and approval of a full business case by the Council’s elected members, the Council will then enter into the Contract with the successful Tenderer.

The Council reserves the right to award the Contract on the basis of Initial Tenders without negotiation in accordance with Regulation 30(16) of the Regulations. In that scenario, the Council will not conduct the Negotiation Process or invite Final Tenders, and will move directly to Stage 4.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 35 100 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 31/10/2026

Diwedd: 31/03/2029

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Nifer yr ymgeiswyr a ragwelir: 3

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

The Council anticipates that three candidates will be shortlisted and invited to Stage 2, this being the three candidates that achieve the highest total weighted score for the scored requirements and pass all relevant sections of the SPD at Stage 1.

However, the Council reserves with right to invite fewer or more candidates to Stage 2 at its sole discretion. Without limitation to the foregoing generality, where less than three candidates qualify for the shortlist, the Council reserves the right to proceed with the Procurement.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The Council reserves the option to procure up to two further similar vessels from the successful Tenderer. These options, if exercised, could be awarded pursuant to this Contract or as new contracts following the negotiated procedure without prior publication, including in accordance with Regulation 33(8) of the Regulations.

Exercise of any option to procure a further similar vessel would be conditional upon:

-successful delivery of the Vessel procured under the original contract;

-the Council receiving the necessary capital funding for the procurement of further similar vessels;

-agreement with the successful Tenderer on the terms of any further procurement; and

-alignment with the Council’s strategic priorities when considering options for future procurements.

The reservation of this option shall not be regarded as a commitment or representation on the part of the Council (or any other person) to enter into any contractual agreement. The Council reserves the right to choose not to award any further contracts to the successful Tenderer.

Tenderers should note that the estimated value stated in this Contract Notice is the estimated value for three vessels, as required by Regulation 6 of the Regulations. The Council only intends to procure one vessel at this time, and there is no guarantee that any option to procure further similar vessels will be exercised. The Council anticipates that the value of the first Vessel, covered by this Procurement, will be around 11,700,000 GBP.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

The draft ITN being published with this contract notice is provided for information only. The final version of the ITN will be provided to those candidates who are shortlisted to Stage 2. The Council reserves the right to amend any part of the ITN, including the award criteria, in preparing the final version before Stage 2.

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

Conditions for participation are set out in full in the SPD Guidance document included in the Procurement Documents and summarised below.

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

The Tenderer must demonstrate one of the following requirements:

-Full financial statements for the last 3 financial years available; if no accounts are available (eg new company) then a bank reference is required. Where accounts are not in English, the Tenderer must provide certified extracts in the English language.

-A current bank reference which supports that the company could currently support an annual contract value of at least 6.143m GBP per annum. This is 70% of the estimated annual contract price over a 4 year period, which is based on the risk profile of the contract; or

-A credit rating check report to support a minimum annual value of 6.143m GBP; or

-An average minimum general turnover of 4.388m GBP for the last 3 financial years available and an average minimum specific turnover of 4.388m GBP for the last 3 financial years available; or

-A minimum general turnover of 4.388m GBP and minimum specific turnover of 4.388m GBP for the last financial year available; or

-A minimum general turnover of 4.388m GBP and minimum specific turnover of 4.388m GBP for the current financial year by supporting verifiable evidence such as an extract from the company's finance and accounting software.

The standard ratios and metrics which will be used as part of the assessment are detailed in SPD Guidance Document.

Tenderers must confirm that they have or will be able to obtain the following required types and levels of insurance:

- Employers (Compulsory Liability Insurance - 10,000,000 GBP for each and every claim;

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

Please refer to the SPD Guidance document for further information on requirements.


III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Within Section 4C of the SPD, the Tenderer must respond to the following questions:

4C1.1 – Relevant examples - Design Development

4C1.2 – Relevant examples - Similar Vessels

4C2 - Technicians or Technical Bodies for Quality Control

4C7 - Environmental Management Measures

4C9 - Tools, Plant or Technical Equipment

Please refer to the SPD Guidance document for the detailed requirements for each question and information on how each question will be weighted and scored.

Within Section 4D of the SPD, the Tenderer must respond to the following questions:

4D.1 – Quality management, quality management procedures, and health and safety procedures

4D.2 - Environmental management systems or standards

Please refer to the SPD Guidance document for the detailed requirements for each question and information on how each question will be assessed.


III.2) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

Candidates at Stage 1 should have regard to the Contract Summary included within the Procurement Documents. In particular, please note terms regarding guarantees, including the requirement to provide a Refund Guarantee. The full Contract is to be provided to those candidates who are shortlisted to Stage 2.

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn gystadleuol gyda negodi

IV.1.4) Gwybodaeth am leihau nifer yr atebion neu’r tendrwyr yn ystod negodiad neu ddeialog

Troi at weithdrefn fesul cam er mwyn mynd ati’n raddol i leihau nifer yr atebion i’w trafod neu’r tendrau i’w negodi

IV.1.5) Gwybodaeth am negodi

Ceidw’r awdurdod contractio yr hawl i ddyfarnu’r contract ar sail y tendrau gwreiddiol heb gynnal negodiadau

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 02/03/2026

Amser lleol: 12:00

IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd

Dyddiad: 11/03/2026

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Rhaid i’r tendr fod yn ddilys tan: 31/12/2026

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

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.

The Council is not and shall not be under any obligation to award a contract and shall be at liberty to abandon the procurement exercise at any time including any time after submission and evaluation of Tenders.

The Council intends to negotiate all Initial Tenders received with a view to improving their content. The anticipated Negotiation Process is set out in the draft ITN included in the Procurement Documents.

However, the Council reserves the right to award the Contract on the basis of Initial Tenders without negotiation in accordance with Regulation 30(16) of the Regulations. In that scenario, the Council will not conduct the Negotiation Process or invite Final Tenders, and will move directly to Stage 4.

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

GBP means Great British Pounds.

The Council, having considered whether to impose community benefit requirements as part of the Procurement, has determined that these cannot be imposed in a manner which is proportionate and relevant to the subject matter of the Contract. The geographical location of the Council’s area means that there are limitations to the local community benefits that shipbuilders can offer as part of this 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=820272.

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:

The Council, having considered whether to impose a sub-contract requirements as part of the Procurement, has determined that these cannot be imposed in a manner which is proportionate and relevant to the subject matter of the Contract.

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

The Council, having considered whether to impose community benefit requirements as part of the Procurement, has determined that these cannot be imposed in a manner which is proportionate and relevant to the subject matter of the Contract. The geographical location of the Council’s area means that there are limitations to the local community benefits that shipbuilders can offer as part of this contract.

(SC Ref:820272)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=820272

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Lerwick Sheriff Court

King Erik Street

Lerwick

ZE1 0DH

UK

Ffôn: +44 1595693914

Cyfeiriad(au) rhyngrwyd

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

VI.5) Dyddiad anfon yr hysbysiad hwn

29/01/2026

Codio

Categorïau nwyddau

ID Teitl Prif gategori
34512100 Cychod fferi Llongau a chychod ar gyfer cludo pobl neu nwyddau
34512700 Cychod neu longau ro-ro Llongau a chychod ar gyfer cludo pobl neu nwyddau
34512000 Llongau a chychod ar gyfer cludo pobl neu nwyddau Llongau

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
contract.admin@shetland.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.