Tender

Provision of Project Technical Advisor Services for the Orkney Harbour Master Plan

  • Orkney Islands Council

F05: Contract notice – utilities

Notice identifier: 2022/S 000-007742

Procurement identifier (OCID): ocds-h6vhtk-0324d8

Published 22 March 2022, 2:47pm



The closing date and time has been changed to:

27 April 2022, 12:00pm

See the change notice.

Section one: Contracting entity

one.1) Name and addresses

Orkney Islands Council

Council Offices, School Place

Kirkwall

KW15 1NY

Contact

Rosemary Colsell

Email

rosemary.colsell@orkney.gov.uk

Telephone

+44 1856873535

Country

United Kingdom

NUTS code

UKM65 - Orkney Islands

Internet address(es)

Main address

http://www.orkneyharbours.com

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11522

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

one.6) Main activity

Port-related activities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Project Technical Advisor Services for the Orkney Harbour Master Plan

Reference number

OIC/PROC/1423

two.1.2) Main CPV code

  • 71311300 - Infrastructure works consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Orkney Islands Council Harbour Authority as part of the Orkney Islands Council (the “Authority”) has a requirement for specialist marine engineering technical advisory consultancy service as part of the wider Orkney Port Master Plan at this stage for two specific projects, the potential developments at Hatston (Orkney Logistics Base) and Scapa Flow (Scapa Deep Water Quay).

two.1.5) Estimated total value

Value excluding VAT: £1,440,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45241000 - Harbour construction works
  • 15931300 - Port
  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM65 - Orkney Islands
Main site or place of performance

Orkney Main island

two.2.4) Description of the procurement

Orkney Islands Council Harbour Authority as part of the Orkney Islands Council (the “Authority”) has a requirement for specialist marine engineering technical advisory consultancy service as part of the wider Orkney Port Master Plan at this stage for two specific projects, the potential developments at Hatston (Orkney Logistics Base) and Scapa Flow (Scapa Deep Water Quay). The technical advisor service is required as projects move towards detailed design and construction, noting that the Orkney Harbour Masterplan Phase 1 contains other projects. Work will include providing advice on these potential developments only ie: Scapa Deep Water Quay and Hatston (Orkney Logistics Base). Workload and timing will be dependent on the progression of each project through the development of the ScotWind offshore windfarm construction programmes, consenting and internal Authority approval processes.

The Authority seeks a suitably qualified and experienced marine engineering consultancy to undertake this Technical Advisory role. A separate tender shall be issued for the provision of a suitably qualified consultancy to undertake financial and commercial advisor services, although the appointed Consultancy would be expected to develop and provide a plan for the construction of projects.

It should be noted that this is not an Invitation to Tender (ITT) for a Consultancy to undertake the detailed design (or Design and Construct) of the project(s) and develop to construction. It is anticipated that the technical adviser consultancy procured under this contract will be engaged as required for the total potential 96 months of the duration of the contract to provide advice on, and work on behalf of the Authority in the development of these projects.

If projects currently planned do not progress further, or do not gain consent then it is possible that work required will be limited. It should be noted that the appointed Consultancy will not be responsible for gaining the consents but will be part of a team that provides / prepares the submission of relevant documents for submission.

two.2.5) Award criteria

Quality criterion - Name: Project Understanding / Weighting: 10

Quality criterion - Name: Project Methodology / Weighting: 40

Quality criterion - Name: Contract Management / Weighting: 30

Price - Weighting: 20

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

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

It is envisaged that the initial contract duration will be for an initial 24 month period from May 2022 to May 2024 with an option at the Authority’s discretion (subject to funding beyond the first two year period) to extend the contract by a further 3 x 24 month periods, therefore matching the proposed project timescales.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Noting that at the time of award of the contract the duration will be for two (2) years, (which is fully funded), with any further extensions subject to confirmation of funding being available.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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 contract documentation and SPD.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

As detailed in the contract documentation and SPD.

three.2.2) Contract performance conditions

As detailed in the procurement documentation.

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Originally published as:

Date

26 April 2022

Local time

12:00pm

Changed to:

Date

27 April 2022

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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)

four.2.7) Conditions for opening of tenders

Date

26 April 2022

Local time

2:00pm

Place

TEAMS

Information about authorised persons and opening procedure

Tender Opening carried out by 3 Officers with Delegated Procurement Authority including the Procurement Service Manager.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Bidders should note that the contract value of 1,440,000 GBP is calculated on the potential 8 year duration of the contract and includes VAT at 20%. 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=687261.

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:

The procurement process supports the business supply community and requirement for Small and Medium Enterprises to compete for the contracts. The contractor will be required to be on site in Orkney at short notice therefore an Orkney presence will be preferable but not mandatory. Fair Work Practices will be included in the award criteria.

(SC Ref:687261)

Download the ESPD document here: [[https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=687261]]

six.4) Procedures for review

six.4.1) Review body

Kirkwall Sherriff Court

Watergate

Kirkwall

KW15 1PD

Telephone

+44 1856872110

Country

United Kingdom