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
Supply of One New Towage Boat (Design and Build)
Reference number
OIC/PROC/1250
two.1.2) Main CPV code
- 34513200 - Tug boats
two.1.3) Type of contract
Supplies
two.1.4) Short description
Orkney Islands Council, as Statutory Harbour Authority (the “Authority”) has a requirement for the supply of one design and build tug boat which meets the Council’s specification, which are required to provide a safe and reliable towage service in the Scapa Flow (including Flotta Oil Terminal) and Kirkwall harbour areas.
two.1.5) Estimated total value
Value excluding VAT: £7,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
two.2) Description
two.2.1) Title
Supply of One New Tug Boat (Design and Build) - Currently Under Construction
Lot No
1
two.2.2) Additional CPV code(s)
- 34521000 - Specialised boats
- 34520000 - Boats
two.2.3) Place of performance
NUTS codes
- UKM65 - Orkney Islands
Main site or place of performance
On completion of successful sea trials the vessel is required to be delivered to the Orkney Islands, however the location of the ship yard is
not stipulated.
two.2.4) Description of the procurement
The Basic Specification is given as a guide as to the specific requirements of the Owner.
1.1. The principal dimensions of the vessel are expected to be approximately as follows:-
Length overall : +/- 32 metres
Breadth extreme : 12 to 14 metres
Operating draft : MAXIMUM of 5.50 metres (navigational draft), when fully loaded with fuel and FW
1.2. The vessel is to be constructed, equipped and outfitted in accordance with the latest Rules and Regulations of Lloyd’s Register or other IACS member society, for Unrestricted Service.
1.3. The vessel is to be constructed under survey of Lloyd’s Register or other IACS member society, and delivered in Class. As a minimum, Class Notations assigned should be the following (or equivalent according to the Classification Society):-
+100A1
Escort Tug UMS +LMC
Firefighting 1 with water spray
*IWS
1.4. The Gross Tonnage should be less than 500.
1.5. The design, construction and fitout of the vessel is to be in compliance with all statutory international regulations and MCA requirements for a vessel of UK Class IX.
1.6. Crew accommodation to be provided in 6 single cabins, two of which to also have folding or pull-out bunks for occasional use. Lifesaving appliances to be provided for 16 persons,
1.7. Vessel to be delivered UK flagged. Contractors to arrange for MCA inspection, in order to issue ‘Record of Inspection of Safety Equipment’ (MSF1102).
1.8. The vessel’s stability and freeboard should be suitable to permit carrying one 20- foot container on the main deck, of gross weight up to 10 tonnes, whilst the vessel is fully loaded with fuel and fresh water.
The provision (design and build contract) of one new build tug to meet the Council’s specification, Lot 1 will be for a new build tug that is currently under construction with a Contract duration and delivery timescale following successful sea trials, of within 6 months.
The Authority already operates tug vessels in which the main engines are of Caterpillar manufacture type 3516C or equivalent and as such has requested two engine cost options be provided in respect of main engine emissions criteria - only where the following circumstance applies:
If the Contractor can offer a vessel already under construction i.e. keel laid before 1st January 2021.
IMO Tier II (keel laid before 1st January 2021)
Caterpillar 3516C or equivalent
Tier II being achieved in-engine and no exhaust after treatment required.
With part completion / ready for owners sea trials due within six months of the issue of this ITT
1.10. Fuel tank capacity to be a minimum of 120 cubic metres.
1.11. Fresh water capacity to be no less than 20 cubic metres.
The anticipated Contract Duration from award of Contract (Lot 1) to delivery of the vessel, following successful sea trials, will be from August 2022 to 31 January 2023
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
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
6
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
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
The anticipated Contract Duration from award of Contract (Lot 1) to delivery of the vessel, following successful sea trials, will be from August 2022 to 31 January 2023.
two.2) Description
two.2.1) Title
Supply of One New Tug Boat (Design and Build)
Lot No
2
two.2.2) Additional CPV code(s)
- 34520000 - Boats
two.2.3) Place of performance
NUTS codes
- UKM65 - Orkney Islands
Main site or place of performance
On completion of successful sea trials the vessel is required to be delivered to the Orkney Islands, however the location of the ship yard is not stipulated.
two.2.4) Description of the procurement
The provision (design and build) of one new-build tug boat to meet the Council’s specification as detailed in Lot 1, apart from the main engines which must be:-
IMO Tier III
Caterpillar 3516E or equivalent.
This option (Lot 2) to include total cost of supply and fit out of associated after treatment equipment such as but not limited to Clean Emissions Modules, DEF storage tank, dosing and monitoring control gear etc.
It is recognized that the contract duration (for Lot 2) will be subject to the global supply market, therefore the provision (design and build) of one new-build tug boat to meet the Council’s specification is to be delivered subject to successful sea trials within 36 months of the award of Contract.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
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
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
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
The anticipated Contract Duration from award of Contract (Lot 2) to delivery of the vessel, following successful sea trials, will be from August 2022 to July 2025.
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
Bidders are required to be enrolled in the relevant professional or trade registers of the Country in which they are established. For the UK - Register of Companies.
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.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
As detailed in the tender documentation
three.1.6) Deposits and guarantees required
Band Guarantees are required as detailed in the tender documentation.
three.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 tender documentation.
three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
As detailed in the tender documentation.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As detailed in the tender 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
Date
4 July 2022
Local time
12:00pm
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
4 July 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 Service Manager, Procurement.
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
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The candidates that achieve the top 5 highest scores in the scored and weighted sections of the SPD will be considered further at the award criteria stage for the quality and cost evaluation.
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=695032.
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 twenty directly
employed seafarer posts within the Towage Services provided by the Harbour Authority.
In the medium term and dependant on business there is the possibility of increasing the number of towage seafarers.
Training of sea and shore staff in use of new equipment and maintenance. As a consequence there will be an increase in the knowledge
base of local suppliers due to new vessel/s having modern technology and therefore a requirement for a higher level of shore side backup
for these vessels – both directly employed and via contractors.
Running costs and whole life cycle costs incorporated into specification.
Employment and welfare considerations with a requirement to meet the Health and Safety and Employment legislation and
minimum/living wage or equivalent requirements of the Country of construction. Evidence of compliance with these requirements to be
incorporated into stage payments regime where appropriate.
(SC Ref:695032)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=695032
six.4) Procedures for review
six.4.1) Review body
Kirkwall Sherriff Court
Watergate
Kirkwall
KW15 1PD
Telephone
+44 1856872110
Country
United Kingdom