Tender

Orkney Community Wind Farms - Turbine Supply Agreement & Full Service Agreement

  • Orkney Islands Council

F02: Contract notice

Notice identifier: 2024/S 000-018230

Procurement identifier (OCID): ocds-h6vhtk-046f86

Published 12 June 2024, 4:24pm



The closing date and time has been changed to:

15 July 2024, 5:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Orkney Islands Council

Council Offices, School Place

Kirkwall

KW15 1NY

Contact

David Custer

Email

david.custer@orkney.gov.uk

Telephone

+44 01856873535

Fax

+44 01856876158

Country

United Kingdom

NUTS code

UKM65 - Orkney Islands

Internet address(es)

Main address

http://www.orkney.gov.uk

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

Email

kirkwall@scotcourts.gov.uk

Telephone

+44 1856872110

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Kirkwall Sherriff Court

Watergate

Kirkwall

KW15 1DP

Email

kirkwall@scotcourts.gov.uk

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

Email

kirkwall@scotcourts.gov.uk

Telephone

+44 1856872110

Country

United Kingdom