Contract notice – utilities
Directive 2014/25/EU
Section I: Contracting entity
I.2)Joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
Additional information can be obtained from the abovementioned address
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:
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:
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