Opportunity

Provision of Post Consent Advisory Services: Renewable Energy Projects

  • Orkney Islands Council

F02: Contract notice

Notice reference: 2021/S 000-020920

Published 25 August 2021, 8:45am



The closing date and time has been changed to:

27 September 2021, 9:00am

See the change notice.

Section one: Contracting authority

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 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.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.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

Provision of Post Consent Advisory Services: Renewable Energy Projects

Reference number

OIC/PROC/1278

two.1.2) Main CPV code

  • 71314000 - Energy and related services

two.1.3) Type of contract

Services

two.1.4) Short description

Orkney Islands Council has a requirement for expert financial/commercial, technical, and legal advisers in relation to the potential development of three wind farm sites comprising Orkney’s Community Wind Farm Project from consent towards construction. Work will include providing advice on a potential Private Wire Network. Workload and timing will be dependent on the progression of each project through consenting and internal approval processes. It is expected that there will be a high degree of homology or economies in work related to each site comprising Orkney’s Community Wind farm Project.

two.1.5) Estimated total value

Value excluding VAT: £250,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Financial/Commercial Advice

Lot No

1

two.2.2) Additional CPV code(s)

  • 31121340 - Wind farm
  • 71314000 - Energy and related services
  • 66171000 - Financial consultancy services
  • 71313000 - Environmental engineering consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM65 - Orkney Islands
Main site or place of performance

Orkney Islands

two.2.4) Description of the procurement

Financial/commercial advice can be split into; financial modelling, Submission of bids for Contracts for Difference auction, Provision of advice on the most appropriate business structure from which to develop projects, and General financial/commercial advice.

- Financial modelling

- Submission of bid for Contracts for Difference

- Provision of advice on the most appropriate business structure from which to develop projects

two.2.5) Award criteria

Quality criterion - Name: Project Understanding / Weighting: 10

Quality criterion - Name: Project Methodology / Weighting: 30

Quality criterion - Name: Contract Management / Weighting: 30

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £70,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Due to the nature of the work the initial contract period shall be from October 2021 to 31 August 2023. It is expected that the majority of the work will happen within the first 12 months of this time frame. The contract duration is for an initial 24 month period, with the option to extend for a further 2 x 12 month periods in the event that the projects progress to operation.

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) Description

two.2.1) Title

Provision of Legal Advice

Lot No

2

two.2.2) Additional CPV code(s)

  • 79111000 - Legal advisory services

two.2.3) Place of performance

NUTS codes
  • UKM65 - Orkney Islands
Main site or place of performance

Orkney Islands

two.2.4) Description of the procurement

Legal input is required to feed into commercial considerations outlined in Lot 1 above, and in particular to provide collaborative advice on;

- The recommended structure of the wind farm projects, to include drafting constitutional documents and formation of an SPV where necessary;

- Advising on governance matters connected with the chosen project structure;

- The CfD application process and overall risks, including assisting with preparation of the necessary application documentation and reviewing the terms and conditions;

- Assistance with due diligence with a view to securing finance;

- Assistance with finalising leases with the relevant landowner, and general property-related matters.

two.2.5) Award criteria

Quality criterion - Name: Project Understanding / Weighting: 10

Quality criterion - Name: Project Methodology / Weighting: 30

Quality criterion - Name: Contract Management / Weighting: 30

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £30,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Due to the nature of the work the initial contract period shall be from October 2021 to 30 September 2023. It is expected that the majority of the work will happen within the first 12 months of this time frame. The contract duration is for an initial 24 month period, with the option to extend for a further 2 x 12 month periods in the event that the projects progress to operation.

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) Description

two.2.1) Title

Technical Advice

Lot No

3

two.2.2) Additional CPV code(s)

  • 31121340 - Wind farm
  • 71356400 - Technical planning services
  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UKM65 - Orkney Islands
Main site or place of performance

Orkney Islands

two.2.4) Description of the procurement

Technical advice required is split into general, special-- General technical advice

General advice on technical elements of the proposed projects which may include validation of indicative plans and advice around the various processes that are required to develop, build out, and ultimately operate a wind farm and private wire. This may take the form of preparation of briefing notes for Council Officers or Elected Members or providing advice to the project team via email correspondence, meetings or seminars, depending on the complexity. The consultant may be required to attend and participate in public consultation events as appropriate as expert advisers.

- Specialist technical advice

Assistance with and advice on grid connection applications to include appropriate timings, routes, capacities, technical details and risks, along with completion and submission of relevant applications.

Assist and advise in assessment of potential project enhancements to include;

- Appropriateness and merits of combining a Private Wire Network Project in Kirkwall to Orkney’s Community Wind Farm Project- Quanterness (if consented).

- Potential for addition of alternative technologies to the project to improve the business case, such as battery, hydrogen, other storage, complementary generation or smart grid technologies.

- Provision of technical input as required by Ofgem in determining whether the Needs Case for a new transmission connection has been met.

Additionally there will be a requirement to undertake any other technical advice as deemed appropriate and within the expertise of the consultant. The consultant will be required to liaise with the providers of Lot 1 and Lot 2 services to ensure a consistent and coordinated approach.

- Procurement technical advice

Assist in procurement of further advisers and contractors required to reach final investment decision and to proceed to construction of the projects. This will include but is not limited to developing scopes of work, indicative budgets, and participating in procurement panels. The consultant/consortium will not be required to take a lead role at any stage of procurement. Key procurement exercises are expected to include (but are not limited to)

- Procurement of geotechnical site investigation

- Appointment of an Owners Engineer.

The successful consultant for this Lot will be excluded from bidding to undertake any of the works above and would be expected to aid in review, management and ongoing advice related to the procured works or studies.

two.2.5) Award criteria

Quality criterion - Name: Project Understanding / Weighting: 10

Quality criterion - Name: Project Methodology / Weighting: 30

Quality criterion - Name: Contract Management / Weighting: 30

Price - Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Due to the nature of the work the initial contract period shall be from October 2021 to 30 September 2023. It is expected that the majority of the work will happen within the first 12 months of this time frame. The contract duration is for an initial 24 month period, with the option to extend for a further 2 x 12 month periods in the event that the projects progress to operation.

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

As stated 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

Originally published as:

Date

24 September 2021

Local time

12:00pm

Changed to:

Date

27 September 2021

Local time

9:00am

See the change notice.

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

24 September 2021

Local time

2:00pm

Place

TEAMS Meeting

Information about authorised persons and opening procedure

3 Officers present authorised to open and record tenders received.


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.

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=664464.

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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

The procurement process supports the business supply community as the work has been split into lots making it more manageable for Small and Medium Enterprises to compete for the contracts.

(SC Ref:664464)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=664464

six.4) Procedures for review

six.4.1) Review body

Kirkwall Sheriff Court

Watergate

Kirkwall

KW15 1PD

Telephone

+44 1856872110

Country

United Kingdom