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
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.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
Janet Courtney Hostel Refurbishment, Lerwick, Shetland - Architectural Services and Principal Designer
Cyfeirnod: H/03/25
II.1.2) Prif god CPV
71200000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Provision of architectural services to form part of design team for the refurbishment of the Janet Courtney Hostel. Works comprise full design and specification of drawings and documents, acquisition of consents, assist in appointment of Contractor and full CA duties to supervise and manage works onsite. The appointment will also include the role of Lead Designer under the Construction Regulations 2015 (CDM).
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
71220000
II.2.3) Man cyflawni
Cod NUTS:
UKM66
Prif safle neu fan cyflawni:
Lerwick, Shetland Islands and as required by the Contracting Authority.
II.2.4) Disgrifiad o’r caffaeliad
The type of contract to be awarded is a Services contract.
The procedure is a governed by the Public Contracts (Scotland) Regulations 2015. The procedure being followed is a Restricted Procedure.
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.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 36
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: 5
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
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.1.2) Statws economaidd ac ariannol
Lefel(au) gofynnol y safonau sydd eu hangen:
Minimum overall turnover of 54,000 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 a minimum annual value of 80,000 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 procedure undertaken to evaluate the economic and financial standing of the bidder is detailed in Appendix 1. The standard ratios and metrics which will be used as part of the assessment are detailed in Appendix 2.
III.1.3) Gallu technegol a phroffesiynol
Lefel(au) gofynnol y safonau sydd eu hangen:
Refer to the Stage 1 Single Procurement Document (SPD) Briefing Document - 4.2 Table 2 - Questions and Weightings.
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn gyfyngedig
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:
11/04/2025
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:
22/04/2025
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith 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 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.
The Contract shall be subject to Scots Law and the jurisdiction of the Scottish Courts.
GBP means Great British Pounds.
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=792383.
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.
(SC Ref:792383)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=792383
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Lerwick Sheriff Court
King Erik Street
Lerwick
ZE1 0HD
UK
E-bost: lerwick@scotcourts.gov.uk
VI.5) Dyddiad anfon yr hysbysiad hwn
11/03/2025