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: 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.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
Provision of Shipyard Detailed Design and Build Contract RoPax Vessels
Reference number: OIC/PROC/2248
II.1.2) Main CPV code
34500000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Orkney Islands Council has a requirement for a suitably qualified Contractor to complete a Shipyard Detailed Design and Build Contract for three new RoPax Vessels with an option for a fourth vessel to the same design.
II.1.5) Estimated total value
Value excluding VAT:
100 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
34510000
34512000
34512100
II.2.3) Place of performance
NUTS code:
UKM65
II.2.4) Description of the procurement
Orkney Islands Council has a requirement for a suitably qualified Contractor to complete a Shipyard Detailed Design and Build Contract for RoPax vessels, three identical new RoPax Vessels with an option for a fourth vessel to the same design.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
100 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Contract is for three vessels with an option for a fourth vessel.
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
Contract Value is within the range of 75000000 to 100000000 GBP and includes the additional option of a fourth vessel.
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:
As detailed in the SPD and documentation.
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:
Bank Guarantees are required and will be detailed in the Invitation to Tender documnetation
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Installment payments and delivery payments in accordance with the terms and conditions of the Contract as detailed in the Invitation to Tender documentation.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As detailed in the Invitation to Tender documentation.
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
Restricted 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.2.2) Time limit for receipt of tenders or requests to participate
Date:
09/01/2026
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
26/01/2026
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:
Yes
Estimated timing for further notices to be published:
This procurement is Phase 1 of Orkney's Ferry Replacement Programme and Phase 2 is anticipated to include the procurement of further RoPax Vessels within the next 2 years.
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
Envisaged number of candidates: 6. Objective criteria for choosing the limited number of candidates is detailed in the Appendix A to the contract notice document. Orkney Islands Council is committed to encouraging Fair Work Practices from their Suppliers and Contractors and bidders will be required to provide details of their organisation's policies and practices that demonstrate how their organisation addresses Fair Work Practices. 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 submissions at the SPD stage or Tenders at the Invitation to Tender stage will not be considered by the Council and all questions are to be submitted via the Question and Answer 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 or 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=816015.
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.
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:
Employment in Orkney - indirect community benefit to the local community in Orkney is the continued provision of Orkney Ferries directly employed seafarer posts, and passenger and freight services provided. Training of sea and shore staff in used of new equipment and maintenance. As a consequence there will be an increase of knowledge base of local suppliers due to new vessels having modern technology and therefore a requirement for a higher level of shore side backup for these vessels - both directly employed and via local contractors.
Running costs and whole life cycle costs incorporated into the specification may also be considered.
Employment and welfare consideration with a requirement to meet the Health and Safety and Employment legislation and Fair Work practices equivalent requirements of the Country of construction. Bidders will be required to outline their approach to community benefits as a non scored response and the Contracting Authority will welcome innovative proposals such as apprentice and student outreach. If successful, the winning bidder will be required to discuss the content of their community benefit proposal and agree a plan for delivery which will become a condition of the contract.
(SC Ref:816015)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=816015
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: http://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
18/11/2025