Contract

Provision of Consultancy and Technical Services for the Orkney Ferry Replacement Programme and Orkney Harbours Masterplan Phase 2

  • Orkney Islands Council (Harbour Authority)

F06: Contract award notice – utilities

Notice identifier: 2025/S 000-036706

Procurement identifier (OCID): ocds-h6vhtk-04dac9

Published 2 July 2025, 11:31am



Section one: Contracting entity

one.1) Name and addresses

Orkney Islands Council (Harbour Authority)

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

Provision of Consultancy and Technical Services for the Orkney Ferry Replacement Programme and Orkney Harbours Masterplan Phase 2

Reference number

OIC/PROC/1930

two.1.2) Main CPV code

  • 60610000 - Ferry transport services

two.1.3) Type of contract

Services

two.1.4) Short description

Orkney Islands Council (“the Council”) has a requirement for a specialist consultancy to undertake Part A: Ferry Replacement Programme and Part B: Orkney Harbours Masterplan (Phase 2), which collectively constitute this commission

two.1.6) Information about lots

This contract is divided into lots: No

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

Value excluding VAT: £1,415,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 71311000 - Civil engineering consultancy services
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 60610000 - Ferry transport services
  • 34512100 - Ferry boats
  • 34512000 - Ships and similar vessels for the transport of persons or goods
  • 34521000 - Specialised boats
  • 71220000 - Architectural design 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

Orkney Islands Council (“the Council”) has a requirement for a specialist consultancy to undertake Part A: Ferry Replacement Programme and Part B: Orkney Harbours Masterplan (Phase 2), which collectively constitute this commission. The inter-relationship of the lifeline ferry services, and the piers and harbours mean that Part A and Part B are best progressed in tandem, although it is recognised that each will have a number of discrete tasks.

The Council welcomes innovation in how Part A and Part B can be best interweaved across the study programme to deliver the best outputs in the most efficient and cohesive manner, both from a community / user perspective and for the Council. There are however some pressing deadlines associated with the Ferry Replacement Programme of works so this must be seen as priority when completing the programme of works.

To deliver these requirements the following broad tasks are proposed as an outline method that could be adopted and developed upon.

The purpose of the study is as follows:

Part A: Ferry Replacement Programme Management Case will comprise the necessary considerations from a naval architect and civil/marine infrastructure perspective to ensure the ferry replacement programme can be optimally guided to deliver on its stated objectives, which are set out through a set of Transport Planning Objectives and Critical Success Factors to guide the Business Case development. As part of the ongoing review of the Strategic Business Case spending objectives have also been reviewed. The Ferry Replacement Programme seeks to procure new assets and associated infrastructure within Orkney Islands Council’s wider remit, covering social, economic and environmental aspects. As such, tailored spending objectives for the project have also been set to guide development and inform the direction of the Part B of this study.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Price - Weighting: 20

two.2.11) Information about options

Options: Yes

Description of options

Bidders have the option to bid for Phase 2 of the project subject to availability of external funding. For the avoidance of doubt the contract value as stated at 11.2.6 is for Part A and Part B of the project only.

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 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: 2025/S 000-003370


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

4 May 2025

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 1

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

Number of tenders received by electronic means: 2

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

five.2.3) Name and address of the contractor

Arch Henderson LLP

Stewart Building

Lerwick

ZE1 0LL

Email

s.jamieson@arch-henderson.co.uk

Telephone

+44 1595695512

Country

United Kingdom

NUTS code
  • UKM66 - Shetland Islands
The contractor is an SME

No

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

Total value of the contract/lot: £1,385,128

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 40 %


Section six. Complementary information

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 proceedings in the Sheriff Court of Court of Session.

Tenderers should complete thee SPD (Scotland) contained within the SPD module attached to this notice.

(SC Ref:803204)

six.4) Procedures for review

six.4.1) Review body

Kirkwall Sheriff Court

Watergate

Kirkwall

KW15 1DP

Email

kirkwall@scotcourts.gov.uk

Telephone

+44 1856872110

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/

six.4.2) Body responsible for mediation procedures

Kirkwall Sheriff Court

Watergate

Kirkwall

KW15 1DP

Email

kirkwall@scotcourts.gov.uk

Telephone

+44 1856872110

Country

United Kingdom

Internet address

http://www.scotcourts.gov.uk

six.4.4) Service from which information about the review procedure may be obtained

Kirkwall Sheriff Court

Watergate

Kirkwall

KW15 1DP

Email

kirkwall@scotcourts.gov.uk

Telephone

+44 1856872110

Country

United Kingdom

Internet address

http://www.scotcourts.gov.uk