loading
  • GB-ZE1 0LZ Lerwick
  • 26.03.2018
  • Ausschreibung
  • (ID 2-293449)

Provision of Marine Electrical and Mechanical Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 26.03.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Verkehr
    Art der Leistung Technische Ausrüstung
    Sprache Englisch
    Aufgabe
    The services provided under this framework agreement shall be for the maintenance, repair and replacement of assets owned and operated by Shetland Islands Council at various maritime port locations throughout Shetland.
    The services provided under this framework Agreement shall be mainly electrical services, although some mechanical services are also required.
    A significant part of the services provided under this framework agreement shall be carried out on the loading jetties and other facilities within Sullom Voe Oil Terminal (SVT).
    Tenderers must evidence ability to comply with Sullom Voe Terminal (or other similar petrochemical plant) access and permit to work systems and demonstrate ability to continue to comply throughout the period of the framework agreement.
    Tenderers must evidence ability to provide a 24 hours, 365 days a year service with 2 hours emergency on call capability and demonstrate ability to continue to provide throughout the period of the framework agreement.
    Leistungsumfang
    The type of arrangement is a single supplier framework agreement for the provision of Marine Electrical and Mechanical services by the service provider to the utility to subsist for a period of 48 months initially (anticipated to commence in July 2018) with extension options in favour of the utility for up to an additional 4 12 months periods (ie maximum total framework term of 8 years). The contract shall primarily be for the provision of electrical services to the utility, but a limited range of mechanical services shall also be required, mainly for the repair and maintenance of the utility's fleet of pilot and mooring vessels associated with the utility’s maritime port activities.
    Adresse des Bauherren UK-ZE1 0LZ Lerwick
    TED Dokumenten-Nr. 83890-2018

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Lerwick: Mechanical and electrical engineering services

      2018/S 038-083890

      Contract notice – utilities

      Services

      Directive 2014/25/EU

      Section I: Contracting entity

      I.1)Name and addresses
      Shetland Islands Council (Utilities)
      8 North Ness Business Park
      Lerwick
      ZE1 0LZ
      United Kingdom
      Contact person: Colin Black - Procurement Manager
      Telephone: +44 1595744595
      E-mail: MThbZ2ZsallbbCZZXGVhZjhrYF1sZFlmXCZfZ24mbWM=
      Fax: +44 1595744667
      NUTS code: UKM66

      Internet address(es):

      Main address: www.shetland.gov.uk

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA27103

      I.2)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 abovementioned address
      Tenders or requests to participate must be submitted electronically via: www.publiccontractsscotland.gov.uk
      I.6)Main activity
      Port-related activities

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Provision of Marine Electrical and Mechanical Services

       

      Reference number: PH/1/17
      II.1.2)Main CPV code
      71334000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The services provided under this framework agreement shall be for the maintenance, repair and replacement of assets owned and operated by Shetland Islands Council at various maritime port locations throughout Shetland.

      The services provided under this framework Agreement shall be mainly electrical services, although some mechanical services are also required.

      A significant part of the services provided under this framework agreement shall be carried out on the loading jetties and other facilities within Sullom Voe Oil Terminal (SVT).

      Tenderers must evidence ability to comply with Sullom Voe Terminal (or other similar petrochemical plant) access and permit to work systems and demonstrate ability to continue to comply throughout the period of the framework agreement.

      Tenderers must evidence ability to provide a 24 hours, 365 days a year service with 2 hours emergency on call capability and demonstrate ability to continue to provide throughout the period of the framework agreement.

       

      II.1.5)Estimated total value
      Value excluding VAT: 1 600 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      50710000
      II.2.3)Place of performance
      NUTS code: UKM66
      Main site or place of performance:

       

      Sullom Voe Terminal and other maritime port locations throughout Shetland.

       

      II.2.4)Description of the procurement:

       

      The type of arrangement is a single supplier framework agreement for the provision of Marine Electrical and Mechanical services by the service provider to the utility to subsist for a period of 48 months initially (anticipated to commence in July 2018) with extension options in favour of the utility for up to an additional 4 12 months periods (ie maximum total framework term of 8 years). The contract shall primarily be for the provision of electrical services to the utility, but a limited range of mechanical services shall also be required, mainly for the repair and maintenance of the utility's fleet of pilot and mooring vessels associated with the utility’s maritime port activities.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 01/07/2018
      End: 30/06/2022
      This contract is subject to renewal: yes
      Description of renewals:

       

      Options for extension(s) are detailed in the procurement documents.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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.2.14)Additional information

      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
      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

       

      List and brief description of selection criteria:

      — 3 years accounts for the contracting entity,

      — a current bank reference to a minimum value of 200 000 GBP,

      — overall turnover, detailing those of similar services over the last three years,

      — evidence of current Employers Liability and Public Liability Insurances to the minimum extent of 10 000 000 GBP and 5 000 000 GBP respectively.

      ESPD part IV Section E: Global Question for the selection criteria must be completed.

       

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

       

      — Must evidence ability to comply with Sullom Voe Terminal or other similar petrochemical plant access and permit to work systems and demonstrate ability to continue to comply throughout the period of the framework agreement,

      — Must evidence ability to provide a 24 hours, 365 days a year service with 2 hours emergency on call capability and demonstrate ability to continue to provide throughout the period of the framework agreement,

      — business profile/details of previous experience in carrying out similar services within the last three years, including references,

      — must submit a documented quality management policy,

      — must submit a documented health and safety management procedure.

      ESPD part IV Section E: Global question for the selection criteria must be completed.

       

      III.1.4)Objective rules and criteria for participation
      III.1.5)Information about reserved contracts
      III.1.6)Deposits and guarantees required:
      III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

       

      Monthly in arrears.

       

      III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

       

      Joint and several liability.

       

      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      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.1.3)Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement
      Framework agreement with a single operator
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      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.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 26/03/2018
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      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: 3 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 26/03/2018
      Local time: 12:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      Estimated timing for further notices to be published:

       

      2025.

       

      VI.2)Information about electronic workflows
      Electronic invoicing will be accepted
      VI.3)Additional information:

       

      Section II.1.5 and II.2.6 - The estimated value is the total estimated value based on the duration of the framework agreement.

      Section III - The economic, financial and technical information detailed must be submitted in addition to any other information detailed in the European Single Procurement Document (ESPD) with any tender that is submitted.

      The ESPD must be fully completed, including all information concerning the bidder and exclusion grounds.

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

      Note: To register your interest in this notice and obtain any additional information please visit the public contracts Scotland web site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=530920

      The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://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:530920).

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Shetland Islands Council (Utilities)
      8 North Ness Business Park
      Lerwick
      ZE1 0LZ
      United Kingdom
      Telephone: +44 1595744595
      Fax: +44 1595744667

      Internet address:www.shetland.gov.uk

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      See the utilities contracts (Scotland) Regulations 2016 sections 101 – 108 for information on forum and timescales for remedies. Before bringing proceedings in the Sheriff court or Court of Session economic operators must first notify the Utility.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      22/02/2018
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 23.02.2018
Zuletzt aktualisiert 23.02.2018
Wettbewerbs-ID 2-293449 Status Kostenpflichtig
Seitenaufrufe 38