Opportunity

Orkney Harbours Masterplan Phase 1 - Scapa Deep Water Quay (SDWQ)

  • Orkney Islands Council (Harbour Authority)

F05: Contract notice – utilities

Notice reference: 2023/S 000-018257

Published 27 June 2023, 2:18pm



The closing date and time has been changed to:

18 August 2023, 12:00pm

See the change notice.

Section one: Contracting entity

one.1) Name and addresses

Orkney Islands Council (Harbour Authority)

Council Offices, School Place

Kirkwall

KW15 1NY

Contact

David Custer

Email

david.custer@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.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Orkney Harbours Masterplan Phase 1 - Scapa Deep Water Quay (SDWQ)

Reference number

1004185

two.1.2) Main CPV code

  • 45241100 - Quay construction work

two.1.3) Type of contract

Works

two.1.4) Short description

This procurement is for the design and construction of Scapa Deep Water Quay a new multi-use facility on the coastline of Mainland Orkney between Kirkwall and Holm, offering more than 600m of quayside and water depth of between 15m and 20m below Chart Datum: not only contributing to the need for laydown but also providing deep water access and berths that can accommodate the larger vessels coming on stream in the offshore wind industry.

The facility is located on the east side of Scapa Flow, one of the largest natural deep water harbours in Northern Europe encompassing 125 square miles of sheltered water, a unique area that lends itself to wet storage, which is becoming a key requirement for floating turbine integration.

two.1.5) Estimated total value

Value excluding VAT: £200,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45241100 - Quay construction work
  • 45241000 - Harbour construction works
  • 45244000 - Marine construction works
  • 45252124 - Dredging and pumping works

two.2.3) Place of performance

NUTS codes
  • UKM65 - Orkney Islands

two.2.4) Description of the procurement

This procurement is for the appointment of a Main Contractor to provide Early Contractor Involvement (ECI) pre-construction services including, developing design, progressing key statutory consents and building up detailed construction costs. ECI pre-construction services is likely to be administered through via a NEC4 Professional Services Contract. Following completion of the ECI pre-construction stage, the contract may, at the sole discretion of the Authority, proceed to an optional Contract Stage 2, which will include the construction stage of the contract under either a design and build contract likely to be under a NEC4 Engineering and Construction Contract (main Option A) or a “Build-Operate-Transfer” (“BoT”) type structure, pursuant to which the successful tenderer (or possibly a corporate joint venture vehicle formed between the Authority and the successful tenderer) would be granted a long lease of the land and marine assets, enter into a development and operation agreement relating to the project with the Authority, as well as agreement(s) for the provision of finance and the construction contract for construction of the project.

The envisaged scope of the construction contract will be to deliver all works associated with the construction of a new deep water quay on the east side of Scapa Flow on the site of agricultural lands some 4km south of the existing Scapa Pier and approx. 1.1km west of the existing A961 public road. The works include land creation and reclamation, bulk earthworks cut/fill, new deep water quay construction, piling and reinforced concrete construction, dredging to -15mCD and -20mCD, pier fit out and all ancillary works to complete the development.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £200,000,000

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.2.9) 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:

As outlined in SPD and SPD Appendix A.

two.2.10) Information about variants

Variants will be accepted: Yes

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

Further information on the project is available from https://orkneyharboursmasterplan.com/


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.1.6) Deposits and guarantees required

Financial Bond for 10% of contract value and Parent Company Guarantee for Contractor. Collateral Warranties required for all designers and designing sub-contractors.

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Interim Payments are made after some work has been accomplished but before final delivery and acceptance.

three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

The Council reserves the right to require a group of economic operators which is awarded the contract to assume a specific legal form for the purpose of the award of the contract, such legal form being a limited company or limited liability partnership

three.2) Conditions related to the contract

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-031950

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

28 July 2023

Local time

12:00pm

Changed to:

Date

18 August 2023

Local time

12:00pm

See the change notice.

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

25 August 2023

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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.

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=729141.

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:729141)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=729141

six.4) Procedures for review

six.4.1) Review body

Kirkwall Sheriff Court

Watergate

Kirkwall

KW15 1PD

Country

United Kingdom