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