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 Community Wind Farms - Turbine Supply Agreement & Full Service Agreement

  • First published: 13 June 2024
  • Last modified: 13 June 2024
  • 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-046f86
Published by:
Orkney Islands Council
Authority ID:
AA20394
Publication date:
13 June 2024
Deadline date:
15 July 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Turbine Supply Agreement (TSA) and Full Service Agreement (FSA) comprising

the design, supply, transportation, installation, commissioning operation and maintenance of up to 18 No. Wind Turbine Generators (WTGs) for three Orkney Community Wind Farm consented sites at Quanterness, Hoy

and Faray.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Orkney Islands Council

Council Offices, School Place

Kirkwall

KW15 1NY

UK

Contact person: David Custer

Telephone: +44 01856873535

E-mail: david.custer@orkney.gov.uk

Fax: +44 01856876158

NUTS: UKM65

Internet address(es)

Main address: http://www.orkney.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00369

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained 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.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Orkney Community Wind Farms - Turbine Supply Agreement & Full Service Agreement

Reference number: OIC/PROC/1931

II.1.2) Main CPV code

31121330

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Turbine Supply Agreement (TSA) and Full Service Agreement (FSA) comprising

the design, supply, transportation, installation, commissioning operation and maintenance of up to 18 No. Wind Turbine Generators (WTGs) for three Orkney Community Wind Farm consented sites at Quanterness, Hoy

and Faray.

II.1.5) Estimated total value

Value excluding VAT: 90 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

31121320

31121330

45310000

65320000

45315400

09310000

71314000

31121340

71314100

71520000

79993100

50532000

II.2.3) Place of performance

NUTS code:

UKM65


Main site or place of performance:

Hoy, Faray and Mainland Orkney

II.2.4) Description of the procurement

Orkney Islands Council (OIC) is developing the Orkney Community Windfarm projects (the projects), comprising three windfarms in the Orkney Islands, each comprised of up to 6 Wind Turbine Generators (WTGs) and a maximum export capacity of up to 30MW. This means a total installed capacity for the cluster of projects of up to 90MW. The windfarms are located on three islands one in Quanterness, located on Mainland (Northwest of Kirkwall), with the other sites located on the islands of Hoy and Faray respectively. The projects have all obtained planning consent and two (Quanterness and Hoy) were successful in auction round 4 of the Contracts for Difference allocation, under “Remote Island Wind”. This procurement is for the design, supply, transportation, installation, commissioning, operation and maintenance of up to 18 No. WTGs.

OIC anticipates that the successful bidder will enter into the following contracts: three turbine supply agreements (TSA) (one for each project, covering the design, supply, transportation, installation and commissioning of the WTGs) and three full service agreements (FSA) (one for each project covering the operation and maintenance of the WTGs). OIC may choose to enter into TSAs and FSAs for Quanterness and Hoy only first with an option to enter into a further TSA and FSA for Faray at a later date.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 90 000 000.00  GBP

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

Start: 01/04/2025

End: 31/12/2030

This contract is subject to renewal: Yes

Description of renewals:

Maximum renewal for FSA will be 25 years from date of commencement of FSA contract.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates:

Criteria for selection described in attached SPD

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend the Full Service Agreement up to the maximum duration stated at II.2.7

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:

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.2) Conditions related to the contract

III.2.2) Contract performance conditions

Selection criteria as stated in the procurement documents

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

Date: 15/07/2024

Local time: 12:00

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

Date: 22/07/2024

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: 6 (from the date stated for receipt of tender)

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 the

Public Contracts (Scotland) Regulations may bring proceedings in the Sheriff Court of Court of Session.18.

Freedom of Information (Scotland) Act 2002

All information submitted to the Authority may need to be disclosed or published by the Authority. Without prejudice to the foregoing generality, the Authority may disclose information in compliance with the Freedom of Information (Scotland) Act 2002, (the decisions of the Authority in the interpretation thereof shall be final and conclusive in any dispute, difference or question arising in respect of disclosure under its terms), any other law, or, as a consequence of judicial order, or order by any court or tribunal with the authority to order disclosure.

Accordingly, if you consider that any of the information included in your SPD submission or Invitation to Tender is commercially confidential please identify it and explain (in broad terms) what harm might result from disclosure. It should be remembered though, that, even where you have indicated that information is commercially sensitive, the Authority may disclose this information where it sees fit. Receipt by the Authority of any material marked “confidential” or equivalent should not be taken to mean that the Authority accepts any duty of confidence by virtue of that marking.

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=767345.

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:767345)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=767345

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

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

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

VI.5) Date of dispatch of this notice

12/06/2024

Coding

Commodity categories

ID Title Parent category
71520000 Construction supervision services Construction-related services
45310000 Electrical installation work Building installation work
71314100 Electrical services Energy and related services
09310000 Electricity Electricity, heating, solar and nuclear energy
71314000 Energy and related services Consultative engineering and construction services
79993100 Facilities management services Building and facilities management services
45315400 High voltage installation work Electrical installation work of heating and other electrical building-equipment
65320000 Operation of electrical installations Electricity distribution and related services
50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment Repair and maintenance services of machinery
31121340 Wind farm Generating sets
31121330 Wind turbine generators Generating sets
31121320 Wind turbines Generating sets

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.