Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Highland Council
Glenurquhart Road
Inverness
IV3 5BX
UK
Telephone: +44 1463702670
E-mail: gordon.duncan@highland.gov.uk
NUTS: UKM6
Internet address(es)
Main address: http://www.highland.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Corran Ferry Vessel Refit Services
Reference number: HC/IEE/VRS/2024
II.1.2) Main CPV code
50241200
II.1.3) Type of contract
Services
II.1.4) Short description
The Highland Council require a Contractor to undertake vessel refit services for the two Corran Ferry vessels: the MV Corran and the MV Maid of Glencoul, covering:
- Annual Overhaul Planned Maintenance,
- Annual Overhaul Planned Repairs,
- Annual Overhaul Emergent Reactive Repairs.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50241200
50244000
34512100
34500000
34512000
50245000
II.2.3) Place of performance
NUTS code:
UKM6
II.2.4) Description of the procurement
The Corran Ferry provides a lifeline connection linking the communities of Fort William, Ardgour, Sunart, Ardnamurchan, Moidart, Morar, Morvern and the Isle of Mull. The ferry provides a regular service 7 days a week and takes 5 minutes.
The Corran Ferry is based at Ardgour approximately seven miles south of Fort William. The ferry provides a lifeline connection across Loch Linnhe at the Corran Narrows, connecting the Ardgour peninsula in the west with the wider Lochaber region to the east, and beyond.
The Highland Council are responsible for operating the Corran Ferry service, which is the busiest single vessel route in Europe, taking just 5 minutes to make the approximately 400m crossing, and carrying approximately 270,000 cars and 11,000 commercial vehicles and buses per year
Road based diversion can be up to 2 hours and involves navigating single track roads with limited access for the largest of commercial vehicles due to bridge height restrictions. The ferry service is therefore integral to the socio-economic wellbeing of the peninsulas and the wider areas.
The Highland Council require a Contractor to undertake vessel refit services for the two Corran Ferry vessels: the MV Corran and the MV Maid of Glencoul, covering:
- Annual Overhaul Planned Maintenance,
- Annual Overhaul Planned Repairs,
- Annual Overhaul Emergent Reactive Repairs.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 35
Price
/ Weighting:
65
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Potential extension of two periods of up to 12 months each.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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
List and brief description of conditions:
The Highland Council’s vessels are currently limited to make occasional voyages without passengers or cargo between Corran and the Clyde or Stornoway for the purposes of surveys and maintenance. It is essential that Yards are situated within these boundaries. Tenderers shall have to confirm that this is the case.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
The Council will use an independent credit scoring organisation to conduct appropriate financial probity checks. Tenderers must score a risk rating of low risk in order to be considered for Contract award.
If the Credit Report contains a risk rating between moderate risk and very high risk, Tenderers shall be given an opportunity to provide additional information which will be taken into account during the Council’s assessment.
Where additional supporting information does not satisfy the Council that that the risk is mitigated Tenderers shall be disqualified.
Tenderers must have a minimum:
- 5,000,000 GBP Employers Liability Insurance (where applicable),
- 10,000,000 GBP Public Liability Insurance.
Minimum level(s) of standards required:
Tenderers must have a minimum:
- 5,000,000 GBP Employers Liability Insurance (where applicable),
- 10,000,000 GBP Public Liability Insurance.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
- Tenderers shall have to provide two examples of providing equivalent or similar services within the last three years.
- Tenderers must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).
OR
Present a documented policy regarding quality management.
Minimum level(s) of standards required:
- Two examples of providing equivalent or similar services within the last three years
- certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or submit a documented policy regarding quality management.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
16/09/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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:
16/09/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27349. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
The Highland Council is keen to work with suppliers to act as a role model within the public sector, by carrying out its activities in a responsible and sustainable manner, considering how it can improve the economic, social, and environmental wellbeing of the area. The following themes have been identified as proportionate and relevant to this Contract:
Tenderers are required to submit a policy/statement on 5 key areas:
- Environmental Wellbeing and measures
- Fair Work Practices
- Prompt Payment in The Supply Chain
- Employee/Training Requirement
- Communities, Community Groups, and Community Projects Support
Precise detail of what is required is contained within the documents.
(SC Ref:775396)
VI.4) Procedures for review
VI.4.1) Review body
Local Sheriff Court
Inverness
UK
VI.5) Date of dispatch of this notice
16/08/2024