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

Orkney Harbours Masterplan Phase 1 - Scapa Deep Water Quay (SDWQ)

  • First published: 28 June 2023
  • Last modified: 28 June 2023

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-03836f
Published by:
Orkney Islands Council (Harbour Authority)
Authority ID:
AA45450
Publication date:
28 June 2023
Deadline date:
28 July 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This procurement is for the appointment of a Main Contractor to provide Early Contractor Involvement (ECI) pre-construction services including, developing design, progressing key statutory consents and building up detailed construction costs. ECI pre-construction services is likely to be administered through via a NEC4 Professional Services Contract. Following completion of the ECI pre-construction stage, the contract may, at the sole discretion of the Authority, proceed to an optional Contract Stage 2, which will include the construction stage of the contract under either a design and build contract likely to be under a NEC4 Engineering and Construction Contract (main Option A) or a “Build-Operate-Transfer” (“BoT”) type structure, pursuant to which the successful tenderer (or possibly a corporate joint venture vehicle formed between the Authority and the successful tenderer) would be granted a long lease of the land and marine assets, enter into a development and operation agreement relating to the project with the Authority, as well as agreement(s) for the provision of finance and the construction contract for construction of the project.

The envisaged scope of the construction contract will be to deliver all works associated with the construction of a new deep water quay on the east side of Scapa Flow on the site of agricultural lands some 4km south of the existing Scapa Pier and approx. 1.1km west of the existing A961 public road. The works include land creation and reclamation, bulk earthworks cut/fill, new deep water quay construction, piling and reinforced concrete construction, dredging to -15mCD and -20mCD, pier fit out and all ancillary works to complete the development.

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: David Custer

Telephone: +44 1856873535

E-mail: david.custer@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.2) Joint procurement

The contract is awarded by a central purchasing body

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

Orkney Harbours Masterplan Phase 1 - Scapa Deep Water Quay (SDWQ)

Reference number: 1004185

II.1.2) Main CPV code

45241100

 

II.1.3) Type of contract

Works

II.1.4) Short description

This procurement is for the design and construction of Scapa Deep Water Quay a new multi-use facility on the coastline of Mainland Orkney between Kirkwall and Holm, offering more than 600m of quayside and water depth of between 15m and 20m below Chart Datum: not only contributing to the need for laydown but also providing deep water access and berths that can accommodate the larger vessels coming on stream in the offshore wind industry.

The facility is located on the east side of Scapa Flow, one of the largest natural deep water harbours in Northern Europe encompassing 125 square miles of sheltered water, a unique area that lends itself to wet storage, which is becoming a key requirement for floating turbine integration.

II.1.5) Estimated total value

Value excluding VAT: 200 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45241100

45241000

45244000

45252124

II.2.3) Place of performance

NUTS code:

UKM65

II.2.4) Description of the procurement

This procurement is for the appointment of a Main Contractor to provide Early Contractor Involvement (ECI) pre-construction services including, developing design, progressing key statutory consents and building up detailed construction costs. ECI pre-construction services is likely to be administered through via a NEC4 Professional Services Contract. Following completion of the ECI pre-construction stage, the contract may, at the sole discretion of the Authority, proceed to an optional Contract Stage 2, which will include the construction stage of the contract under either a design and build contract likely to be under a NEC4 Engineering and Construction Contract (main Option A) or a “Build-Operate-Transfer” (“BoT”) type structure, pursuant to which the successful tenderer (or possibly a corporate joint venture vehicle formed between the Authority and the successful tenderer) would be granted a long lease of the land and marine assets, enter into a development and operation agreement relating to the project with the Authority, as well as agreement(s) for the provision of finance and the construction contract for construction of the project.

The envisaged scope of the construction contract will be to deliver all works associated with the construction of a new deep water quay on the east side of Scapa Flow on the site of agricultural lands some 4km south of the existing Scapa Pier and approx. 1.1km west of the existing A961 public road. The works include land creation and reclamation, bulk earthworks cut/fill, new deep water quay construction, piling and reinforced concrete construction, dredging to -15mCD and -20mCD, pier fit out and all ancillary works to complete the development.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 200 000 000.00  GBP

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

Duration in months: 36

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: Yes

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

II.2.14) Additional information

Further information on the project is available from https://orkneyharboursmasterplan.com/

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 relevant selection criteria will be included in the SPD Scotland module.

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.1.6) Deposits and guarantees required:

Financial Bond for 10% of contract value and Parent Company Guarantee for Contractor. Collateral Warranties required for all designers and designing sub-contractors.

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

Interim Payments are made after some work has been accomplished but before final delivery and acceptance.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

The Council reserves the right to require a group of economic operators which is awarded the contract to assume a specific legal form for the purpose of the award of the contract, such legal form being a limited company or limited liability partnership

III.2) Conditions related to the contract

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

Competitive dialogue

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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:

2022/S 000-031950

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 28/07/2023

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 25/08/2023

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)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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 the Public Contracts (Scotland) Regulations may bring proceedings in the Sheriff Court of Court of Session.

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=729141.

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.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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 examples provided should describe how your organisation has delivered community benefits on previous projects and how they addressed the following issues:-

(a) generating employment and training opportunities for long-term unemployed people;

(b) providing training opportunities;

(c) development of trade skills in your existing workforce;

(d) equal opportunities recruitment procedures; and

(e) delivering environmental benefits

(SC Ref:729141)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=729141

VI.4) Procedures for review

VI.4.1) Review body

Kirkwall Sheriff Court

Watergate

Kirkwall

KW15 1PD

UK

VI.5) Date of dispatch of this notice

27/06/2023

Coding

Commodity categories

ID Title Parent category
45252124 Dredging and pumping works Construction works for sewage treatment plants, purification plants and refuse incineration plants
45241000 Harbour construction works Construction work for water projects
45244000 Marine construction works Construction work for water projects
45241100 Quay construction work Harbour construction works

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:
david.custer@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.