Section one: Contracting authority
one.1) Name and addresses
Orkney Islands Council
Council Offices, School Place
Kirkwall
KW15 1NY
Contact
Rosemary Colsell
rosemary.colsell@orkney.gov.uk
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.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