Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Shetland Islands Council
8 North Ness, 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
Fair Isle & Grutness Ferry Terminal Redevelopment
Cyfeirnod: ED/10/24
II.1.2) Prif god CPV
45000000
II.1.3) Y math o gontract
Gwaith
II.1.4) Disgrifiad byr
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) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer pob lot
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Lot 1 - Grutness Pier
II.2.2) Cod(au) CPV ychwanegol
45000000
II.2.3) Man cyflawni
Cod NUTS:
UKM66
Prif safle neu fan cyflawni:
Grutness Pier - Shetland mainland
II.2.4) Disgrifiad o’r caffaeliad
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) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 60
Price
/ Pwysoliad:
40
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 24
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Ydy
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
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
Rhif y Lot 2
II.2.1) Teitl
Lot 2 - Fair Isle
II.2.2) Cod(au) CPV ychwanegol
45000000
II.2.3) Man cyflawni
Cod NUTS:
UKM66
Prif safle neu fan cyflawni:
Fair Isle
II.2.4) Disgrifiad o’r caffaeliad
Information included in 2.2.2 of Invitation to Tender document.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 60
Price
/ Pwysoliad:
40
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 24
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Ydy
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
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
Rhif y Lot 3
II.2.1) Teitl
Lot 3 - Grutness & Fair Isle Combined
II.2.2) Cod(au) CPV ychwanegol
45000000
II.2.3) Man cyflawni
Cod NUTS:
UKM66
Prif safle neu fan cyflawni:
Grutness & Fair Isle, Shetland Islands
II.2.4) Disgrifiad o’r caffaeliad
Information in Section 2.2 of Invitation to Tender document.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 60
Price
/ Pwysoliad:
40
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 24
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Ydy
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
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
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:
To be added
III.1.2) Statws economaidd ac ariannol
Lefel(au) gofynnol y safonau sydd eu hangen:
- 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) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
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) Amodau sy’n gysylltiedig â’r contract
III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract
Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
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:
03/09/2024
Amser lleol: 12:00
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
Hyd mewn misoedd: 6 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
03/09/2024
Amser lleol: 12:00
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
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@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) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Lerwick Sheriff Court
King Erik Street
Lerwick
ZE1 0DH
UK
Ffôn: +44 1595693914
E-bost: Lerwick@scotcourts.gov.uk
Cyfeiriad(au) rhyngrwyd
URL: https://www.scotcourts.gov.uk/the-courts/court-locations/lerwick-sheriff-court
VI.5) Dyddiad anfon yr hysbysiad hwn
02/07/2024