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