Tender

Provision of Owners Engineer for Orkney's Community Wind Farm

  • Orkney Islands Council

F02: Contract notice

Notice identifier: 2022/S 000-035911

Procurement identifier (OCID): ocds-h6vhtk-039296

Published 19 December 2022, 5:00pm



The closing date and time has been changed to:

10 February 2023, 12:00pm

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 Owners Engineer for Orkney's Community Wind Farm

Reference number

OIC/PROC/1616

two.1.2) Main CPV code

  • 71311000 - Civil engineering consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Orkney Islands Council is seeking to procure an Owners Engineer required in developing Orkney’s Community Wind Farm Project from consent to construction. It is anticipated that advisers procured under this contract will be engaged long term to provide advice up to operation of the projects.

two.1.5) Estimated total value

Value excluding VAT: £1,341,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71311000 - Civil engineering consultancy services
  • 71311100 - Civil engineering support services
  • 71322100 - Quantity surveying services for civil engineering works

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

Orkney Islands Council has a requirement for specialist advisors in the form of an owners engineer in relation to the development of three wind farm sites comprising Orkney’s Community Wind Farm Project from the granting of planning consent through to construction. It is anticipated that the owners’ engineer procured under this contract will be engaged long term to provide advice up to the operation of these projects.

The owner’s engineer will be required to undertake the following:

To assist in performing site investigation.

To develop the business case to provide the Council with adequate information to reach a determination regarding a final investment decision.

To provide longer term project management and technical advice during design and construction of Orkney’s Community Wind Farm Project should the project proceed to the construction stage.

Anticipated duration of the contract will be from early spring 2023 until 2031 spanning 8 years.

Requirements for Owner’s Engineer

To progress to the next stage of development of Orkney’s Community Wind Farm Project an Owner’s Engineer is required. The Owner’s Engineer will provide engineering service and specialist expertise pertaining to the development of wind farms to see the project from its current stage through to operation.

two.2.5) Award criteria

Quality criterion - Name: Project Understanding / Weighting: 10

Quality criterion - Name: Project Methodology / Weighting: 40

Quality criterion - Name: Contract Management / Weighting: 30

Price - Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £1,341,000

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

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

Duration of the Contract is with a commencement date end of early March 2023 for an initial 2 years with the option of a further 3 x 24 month periods of extension at the discretion of the Authority.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Given the nature of the projects involved, it is possible that unforeseen additional work may arise during the course of this consultancy, or that the requirements are reduced particularly if projects do not achieve consent. This may give rise to a requirement for a variation in agreed works or a contract extension however this option will be at the sole discretion of the Council and subject to availability of funding

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

Contract duration noted at 11.2.7 of 96 months includes the initial 24 month period of the contract and the options for 3 x 24 contract subsequent extensions. All options to extend the contract will be subject to ongoing investment decisions and relevant consents and all at the discretion of Orkney Islands Council.

The contract value is within the range of 1250000 to 1341000 GBP.


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

Selection criteria as stated in the procurement documents.

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 contract 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

27 January 2023

Local time

12:00pm

Changed to:

Date

10 February 2023

Local time

12:00pm

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

27 January 2023

Local time

2:00pm

Place

TEAMS Meeting

Information about authorised persons and opening procedure

3 Officers present authorised to open and record tenders.


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=716435.

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.

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:

Fair Work First award criteria has been included.

(SC Ref:716435)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=716435

six.4) Procedures for review

six.4.1) Review body

Kirkwall Sheriff Court

Watergate

Kirkwall

KW15 1PD

Email

kirkwall@scotcourts.gov.uk

Telephone

+44 1856872110

Country

United Kingdom

Internet address

http://www.scotcourts.gov.uk