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 Award Notice

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

  • First published: 07 July 2025
  • Last modified: 07 July 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

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)

Contents

Summary

OCID:
ocds-h6vhtk-04dac9
Published by:
Orkney Islands Council (Harbour Authority)
Authority ID:
AA45450
Publication date:
07 July 2025
Deadline date:
-
Notice type:
Contract Award 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 award 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.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.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 1 415 000.00  GBP

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

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

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 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.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2025/S 000-003370

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/05/2025

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Arch Henderson LLP

Stewart Building

Lerwick

ZE1 0LL

UK

Telephone: +44 1595695512

E-mail: s.jamieson@arch-henderson.co.uk

NUTS: UKM66

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 1 385 128.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 40 %

Section VI: Complementary information

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.

(SC Ref:803204)

VI.4) Procedures for review

VI.4.1) Review body

Kirkwall Sheriff 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 Sheriff 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 Sheriff 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

02/07/2025

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.