Section one: Contracting entity
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 1856873535
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=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
Telephone
+90 5320689041
Country
United Kingdom
NUTS code
- UKM65 - Orkney Islands
Internet address
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