Section one: Contracting entity
one.1) Name and addresses
Orkney Islands Council
Council Offices, School Place
Kirkwall
KW15 1NY
Contact
Rosemary Colsell
rosemary.colsell@orkney.gov.uk
Telephone
+44 1856873535
Country
United Kingdom
NUTS code
UKM65 - Orkney Islands
Internet address(es)
Main address
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