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 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
Telephone
+44 1856872110
Country
United Kingdom