Contract

Supply of One New Towage Boat (Design and Build)

  • Orkney Islands Council

F06: Contract award notice – utilities

Notice identifier: 2022/S 000-027144

Procurement identifier (OCID): ocds-h6vhtk-036c0c

Published 28 September 2022, 11:05am



Section one: Contracting entity

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 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.6) Main activity

Port-related activities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply of One New Towage Boat (Design and Build)

Reference number

OIC/PROC/1250

two.1.2) Main CPV code

  • 34513200 - Tug boats

two.1.3) Type of contract

Supplies

two.1.4) Short description

Orkney Islands Council, as Statutory Harbour Authority (the “Authority”) has a requirement for the supply of one design and build tug boat which meets the Council’s specification, which are required to provide a safe and reliable towage service in the Scapa Flow (including Flotta Oil Terminal) and Kirkwall harbour areas.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £7,500,000

two.2) Description

two.2.1) Title

Supply of One New Tug Boat (Design and Build) - Currently Under Construction

Lot No

1

two.2.2) Additional CPV code(s)

  • 34521000 - Specialised boats
  • 34520000 - Boats

two.2.3) Place of performance

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

On completion of successful sea trials the vessel is required to be delivered to the Orkney Islands, however the location of the ship yard is

not stipulated.

two.2.4) Description of the procurement

The Basic Specification is given as a guide as to the specific requirements of the Owner.

1.1. The principal dimensions of the vessel are expected to be approximately as follows:-

Length overall : +/- 32 metres

Breadth extreme : 12 to 14 metres

Operating draft : MAXIMUM of 5.50 metres (navigational draft), when fully loaded with fuel and FW

1.2. The vessel is to be constructed, equipped and outfitted in accordance with the latest Rules and Regulations of Lloyd’s Register or other IACS member society, for Unrestricted Service.

1.3. The vessel is to be constructed under survey of Lloyd’s Register or other IACS member society, and delivered in Class. As a minimum, Class Notations assigned should be the following (or equivalent according to the Classification Society):-

+100A1

Escort Tug UMS +LMC

Firefighting 1 with water spray

*IWS

1.4. The Gross Tonnage should be less than 500.

1.5. The design, construction and fitout of the vessel is to be in compliance with all statutory international regulations and MCA requirements for a vessel of UK Class IX.

1.6. Crew accommodation to be provided in 6 single cabins, two of which to also have folding or pull-out bunks for occasional use. Lifesaving appliances to be provided for 16 persons,

1.7. Vessel to be delivered UK flagged. Contractors to arrange for MCA inspection, in order to issue ‘Record of Inspection of Safety Equipment’ (MSF1102).

1.8. The vessel’s stability and freeboard should be suitable to permit carrying one 20- foot container on the main deck, of gross weight up to 10 tonnes, whilst the vessel is fully loaded with fuel and fresh water.

The provision (design and build contract) of one new build tug to meet the Council’s specification, Lot 1 will be for a new build tug that is currently under construction with a Contract duration and delivery timescale following successful sea trials, of within 6 months.

The Authority already operates tug vessels in which the main engines are of Caterpillar manufacture type 3516C or equivalent and as such has requested two engine cost options be provided in respect of main engine emissions criteria - only where the following circumstance applies:

If the Contractor can offer a vessel already under construction i.e. keel laid before 1st January 2021.

IMO Tier II (keel laid before 1st January 2021)

Caterpillar 3516C or equivalent

Tier II being achieved in-engine and no exhaust after treatment required.

With part completion / ready for owners sea trials due within six months of the issue of this ITT

1.10. Fuel tank capacity to be a minimum of 120 cubic metres.

1.11. Fresh water capacity to be no less than 20 cubic metres.

The anticipated Contract Duration from award of Contract (Lot 1) to delivery of the vessel, following successful sea trials, will be from August 2022 to 31 January 2023

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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

The anticipated Contract Duration from award of Contract (Lot 1) to delivery of the vessel, following successful sea trials, will be from August 2022 to 31 January 2023.


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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 022-190683


Section five. Award of contract

Lot No

1

Title

Supply of One New Tug Boat (Design and Build) - Currently Under Construction

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 September 2022

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

SANMAR Shipyards

Aydintepe Mh. Güzin Sok. No: 31 , Icmeler / Tuzla

ISTANBUL

34947

Email

info@sanmar.com.tr

Telephone

+90 5320689041

Country

United Kingdom

NUTS code
  • UKM65 - Orkney Islands
Internet address

https://www.sanmar.com.tr

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £7,500,000

Total value of the contract/lot: £6,990,000


Section six. Complementary information

six.3) Additional information

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

The candidates that achieve the top 5 highest scores in the scored and weighted sections of the SPD will be considered further at the award criteria stage for the quality and cost evaluation.

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.

(SC Ref:708179)

six.4) Procedures for review

six.4.1) Review body

Kirkwall Sherriff Court

Watergate

Kirkwall

KW15 1PD

Telephone

+44 1856872110

Country

United Kingdom

Internet address

http://www.scotcourts.gov.uk