Tender

Supply of One New Towage Boat (Design and Build)

  • Orkney Islands Council

F05: Contract notice – utilities

Notice identifier: 2022/S 000-015438

Procurement identifier (OCID): ocds-h6vhtk-0342f4

Published 2 June 2022, 9:33am



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

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

Internet address

http://www.scotcourts.gov.uk