Tender

Orkney Logistics Base (Hatston) Phase 1

  • Orkney Islands Council (Harbour Authority)

F05: Contract notice – utilities

Notice identifier: 2024/S 000-010523

Procurement identifier (OCID): ocds-h6vhtk-044ebd

Published 2 April 2024, 10:59am



The closing date and time has been changed to:

8 May 2024, 12:00pm

See the change notice.

Section one: Contracting entity

one.1) Name and addresses

Orkney Islands Council (Harbour Authority)

Council Offices, School Place

Kirkwall

KW15 1NY

Contact

David Custer

Email

david.custer@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.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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 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

Orkney Logistics Base (Hatston) Phase 1

Reference number

OIC/PROC/1891

two.1.2) Main CPV code

  • 45112300 - Infill and land-reclamation work

two.1.3) Type of contract

Works

two.1.4) Short description

The Orkney Logistics Base Phase 1 development is the infilling of the South-East shoreline to the South side of the existing causeway to the existing Hatston Pier, including a small area of steel sheet piling to ensure a transition from the proposed HGV Parking area within Phase 1 to the main suspended deck pier, concrete paving, roads and services and supporting drainage.

two.1.5) Estimated total value

Value excluding VAT: £7,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45112300 - Infill and land-reclamation work

two.2.3) Place of performance

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

Hatston Pier, Hatston, Kirkwall, Orkney Islands

two.2.4) Description of the procurement

This procurement is for the design and construction of Orkney Logistics Base (Hatston) Phase 1 works comprising as follows:- formation of new outer rock armoured containment bund, approx. 2.2 hectares seabed reclamation, installation of steel sheet piling and construction of new concrete hardstanding areas to provide lorry marshalling and general laydown along with associated access roads, services and drainage. The successful Contractor will be appointed as Principal Contractor under CDM Regs for the design and construction of this project utilising NEC4 ECC contract.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £7,500,000

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

Duration in months

24

This contract is subject to renewal

No

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

Envisaged minimum number: 3

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

As detailed in SPD Appendix A.

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

https://orkneyharboursmasterplan.com/


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

The relevant selection criteria will be included in the SPD Scotland module.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Selection criteria as stated in the procurement documents.

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.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.

three.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.

three.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

three.2) Conditions related to the contract

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

Restricted 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

6 May 2024

Local time

12:00pm

Changed to:

Date

8 May 2024

Local time

12:00pm

See the change notice.

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

3 June 2024

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.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=761795.

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:

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:761795)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=761795

six.4) Procedures for review

six.4.1) Review body

Kirkwall Sheriff Court

Watergate

Kirkwall

KW15 1PD

Country

United Kingdom