Section one: Contracting authority
one.1) Name and addresses
Orkney Islands Council
Council Offices, School Place
Kirkwall
KW15 1NY
Contact
David Custer
Telephone
+44 01856873535
Fax
+44 01856876158
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=AA00369
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.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Orkney Community Wind Farms - Turbine Supply Agreement & Full Service Agreement
Reference number
OIC/PROC/1931
two.1.2) Main CPV code
- 31121330 - Wind turbine generators
two.1.3) Type of contract
Supplies
two.1.4) Short description
Turbine Supply Agreement (TSA) and Full Service Agreement (FSA) comprising
the design, supply, transportation, installation, commissioning operation and maintenance of up to 18 No. Wind Turbine Generators (WTGs) for three Orkney Community Wind Farm consented sites at Quanterness, Hoy
and Faray.
two.1.5) Estimated total value
Value excluding VAT: £90,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 31121320 - Wind turbines
- 31121330 - Wind turbine generators
- 45310000 - Electrical installation work
- 65320000 - Operation of electrical installations
- 45315400 - High voltage installation work
- 09310000 - Electricity
- 71314000 - Energy and related services
- 31121340 - Wind farm
- 71314100 - Electrical services
- 71520000 - Construction supervision services
- 79993100 - Facilities management services
- 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
two.2.3) Place of performance
NUTS codes
- UKM65 - Orkney Islands
Main site or place of performance
Hoy, Faray and Mainland Orkney
two.2.4) Description of the procurement
Orkney Islands Council (OIC) is developing the Orkney Community Windfarm projects (the projects), comprising three windfarms in the Orkney Islands, each comprised of up to 6 Wind Turbine Generators (WTGs) and a maximum export capacity of up to 30MW. This means a total installed capacity for the cluster of projects of up to 90MW. The windfarms are located on three islands one in Quanterness, located on Mainland (Northwest of Kirkwall), with the other sites located on the islands of Hoy and Faray respectively. The projects have all obtained planning consent and two (Quanterness and Hoy) were successful in auction round 4 of the Contracts for Difference allocation, under “Remote Island Wind”. This procurement is for the design, supply, transportation, installation, commissioning, operation and maintenance of up to 18 No. WTGs.
OIC anticipates that the successful bidder will enter into the following contracts: three turbine supply agreements (TSA) (one for each project, covering the design, supply, transportation, installation and commissioning of the WTGs) and three full service agreements (FSA) (one for each project covering the operation and maintenance of the WTGs). OIC may choose to enter into TSAs and FSAs for Quanterness and Hoy only first with an option to enter into a further TSA and FSA for Faray at a later date.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £90,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 December 2030
This contract is subject to renewal
Yes
Description of renewals
Maximum renewal for FSA will be 25 years from date of commencement of FSA contract.
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:
Criteria for selection described in attached SPD
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend the Full Service Agreement up to the maximum duration stated at II.2.7
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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
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.2.2) Contract performance conditions
Selection criteria as stated in the procurement documents
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
Competitive dialogue
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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
15 July 2024
Local time
12:00pm
Changed to:
Date
15 July 2024
Local time
5:00pm
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
22 July 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: 6 (from the date stated for receipt of tender)
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
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.18.
Freedom of Information (Scotland) Act 2002
All information submitted to the Authority may need to be disclosed or published by the Authority. Without prejudice to the foregoing generality, the Authority may disclose information in compliance with the Freedom of Information (Scotland) Act 2002, (the decisions of the Authority in the interpretation thereof shall be final and conclusive in any dispute, difference or question arising in respect of disclosure under its terms), any other law, or, as a consequence of judicial order, or order by any court or tribunal with the authority to order disclosure.
Accordingly, if you consider that any of the information included in your SPD submission or Invitation to Tender is commercially confidential please identify it and explain (in broad terms) what harm might result from disclosure. It should be remembered though, that, even where you have indicated that information is commercially sensitive, the Authority may disclose this information where it sees fit. Receipt by the Authority of any material marked “confidential” or equivalent should not be taken to mean that the Authority accepts any duty of confidence by virtue of that marking.
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=767345.
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.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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 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:767345)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=767345
six.4) Procedures for review
six.4.1) Review body
Kirkwall Sherriff Court
Watergate
Kirkwall
KW15 1DP
Telephone
+44 1856872110
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Kirkwall Sherriff Court
Watergate
Kirkwall
KW15 1DP
Telephone
+44 1856872110
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Kirkwall Sherriff Court
Watergate
Kirkwall
KW15 1DP
Telephone
+44 1856872110
Country
United Kingdom