Contract

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

  • Orkney Islands Council

F06: Contract award notice – utilities

Notice identifier: 2022/S 000-017073

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

Published 22 June 2022, 3:20pm



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.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.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1,440,000

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.2.11) 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 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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-007742


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

6 June 2022

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 4

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Arch Henderson LLP

Stewart Building, Lerwick

Shetland

ZE1 OLL

Email

asandison@arch-henderson.co.uk

Telephone

+44 1595695512

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://www.arch-henderson.co.uk/

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £1,440,000

Total value of the contract/lot: £1,440,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section six. Complementary information

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.

(SC Ref:697674)

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://scotcourts.gov.uk