Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of Consultancy and Technical Services for the Orkney Ferry Replacement Programme and Orkney Harbours Masterplan Phase 2

  • First published: 26 February 2025
  • Last modified: 26 February 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04dac9
Published by:
Orkney Islands Council (Harbour Authority)
Authority ID:
AA45450
Publication date:
26 February 2025
Deadline date:
03 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Orkney Islands Council (“the Council”) has a requirement for a specialist consultancy to undertake Part A: Ferry Replacement Programme and Part B: Orkney Harbours Masterplan (Phase 2), which collectively constitute this commission

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Orkney Islands Council (Harbour Authority)

Council Offices, School Place

Kirkwall

KW15 1NY

UK

Contact person: Rosemary Colsell

Telephone: +44 1856873535

E-mail: rosemary.colsell@orkney.gov.uk

NUTS: UKM65

Internet address(es)

Main address: http://www.orkneyharbours.com

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11522

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 sent electronically to:

www.publiccontractsscotland.gov.uk


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

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 Consultancy and Technical Services for the Orkney Ferry Replacement Programme and Orkney Harbours Masterplan Phase 2

Reference number: OIC/PROC/1930

II.1.2) Main CPV code

60610000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Orkney Islands Council (“the Council”) has a requirement for a specialist consultancy to undertake Part A: Ferry Replacement Programme and Part B: Orkney Harbours Masterplan (Phase 2), which collectively constitute this commission

II.1.5) Estimated total value

Value excluding VAT: 1 415 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45200000

71311000

71322000

60610000

34512100

34512000

34521000

71220000

66171000

71313000

II.2.3) Place of performance

NUTS code:

UKM65


Main site or place of performance:

Orkney Islands

II.2.4) Description of the procurement

Orkney Islands Council (“the Council”) has a requirement for a specialist consultancy to undertake Part A: Ferry Replacement Programme and Part B: Orkney Harbours Masterplan (Phase 2), which collectively constitute this commission. The inter-relationship of the lifeline ferry services, and the piers and harbours mean that Part A and Part B are best progressed in tandem, although it is recognised that each will have a number of discrete tasks.

The Council welcomes innovation in how Part A and Part B can be best interweaved across the study programme to deliver the best outputs in the most efficient and cohesive manner, both from a community / user perspective and for the Council. There are however some pressing deadlines associated with the Ferry Replacement Programme of works so this must be seen as priority when completing the programme of works.

To deliver these requirements the following broad tasks are proposed as an outline method that could be adopted and developed upon.

The purpose of the study is as follows:

Part A: Ferry Replacement Programme Management Case will comprise the necessary considerations from a naval architect and civil/marine infrastructure perspective to ensure the ferry replacement programme can be optimally guided to deliver on its stated objectives, which are set out through a set of Transport Planning Objectives and Critical Success Factors to guide the Business Case development. As part of the ongoing review of the Strategic Business Case spending objectives have also been reviewed. The Ferry Replacement Programme seeks to procure new assets and associated infrastructure within Orkney Islands Council’s wider remit, covering social, economic and environmental aspects. As such, tailored spending objectives for the project have also been set to guide development and inform the direction of the Part B of this study.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

II.2.6) Estimated value

Value excluding VAT: 1 415 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Bidders have the option to bid for Phase 2 of the project subject to availability of external funding. For the avoidance of doubt the contract value as stated at 11.2.6 is for Part A and Part B of the project only.

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:

A suitably qualified and experienced Naval Architect is required.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

As detailed in the Council's conditions of contract.

III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

Naval Architect and qualified civil engineer will be required.

III.2.2) Contract performance conditions

As detailed in the contract documentation.

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.1.8) 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: 03/03/2025

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: 03/03/2025

Local time: 14:00

Place:

TEAMS Meeting

Information about authorised persons and opening procedure:

To be opened by officers with delegated procurement authority in accordance with the Council's Contract Standing Orders

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

Orkney Islands Council reserves the right to cancel the procurement at any stage and not award a Contract, the expenditure, work or effort undertaken by bidders prior to the award of any Contract is accordingly a matter solely for the commercial judgement of bidders.

Late tenders will not be considered by the Council and all questions are to be submitted via the Questions and Answers section of this contract advertisement on PCS. An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under proceedings in the Sheriff Court of Court of Session.

Tenderers should complete thee SPD (Scotland) contained within the SPD module attached to this notice.

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=789142.

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.

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:

Community Benefits are integral to the wider outcomes of the ferry replacement project, whilst not a mandatory requirement for the development phase of the project those to be considered will cover a range of sustainable outcome delivery across a range of related considerations including climate, waste, biodiversity, communities, equality and fair work.

(SC Ref:789142)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=789142

VI.4) Procedures for review

VI.4.1) Review body

Kirkwall Sherriff Court

Watergate

Kirkwall

KW15 1DP

UK

Telephone: +44 1856872110

E-mail: kirkwall@scotcourts.gov.uk

Internet address(es)

URL: https://www.scotcourts.gov.uk/

VI.4.2) Body responsible for mediation procedures

Kirkwall Sherriff Court

Watergate

Kirkwall

KW15 1DP

UK

Telephone: +44 1856872110

E-mail: kirkwall@scotcourts.gov.uk

Internet address(es)

URL: http://www.scotcourts.gov.uk

VI.4.4) Service from which information about the review procedure may be obtained

Kirkwall Sherriff Court

Watergate

Kirkwall

KW15 1DP

UK

Telephone: +44 1856872110

E-mail: kirkwall@scotcourts.gov.uk

Internet address(es)

URL: http://www.scotcourts.gov.uk

VI.5) Date of dispatch of this notice

31/01/2025

Coding

Commodity categories

ID Title Parent category
71220000 Architectural design services Architectural and related services
71311000 Civil engineering consultancy services Consultative engineering and construction services
71322000 Engineering design services for the construction of civil engineering works Engineering design services
71313000 Environmental engineering consultancy services Consultative engineering and construction services
34512100 Ferry boats Ships and similar vessels for the transport of persons or goods
60610000 Ferry transport services Water transport services
66171000 Financial consultancy services Financial consultancy, financial transaction processing and clearing-house services
34512000 Ships and similar vessels for the transport of persons or goods Ships
34521000 Specialised boats Boats
45200000 Works for complete or part construction and civil engineering work Construction work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
rosemary.colsell@orkney.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.