Section one: Contracting entity
one.1) Name and addresses
Orkney Islands Council (Harbour Authority)
Council Offices, School Place
Kirkwall
KW15 1NY
Contact
Denise Link
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.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
one.6) Main activity
Other activity
General Services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Invitation to Tender for the Provision of Ballast Water Sampling
Reference number
OIC/PROC/2072
two.1.2) Main CPV code
- 90733000 - Services related to water pollution
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority has a requirement for a suitably qualified and experienced contractor for the provision of ballast water sampling for a 3 year initial period with the option to extend for a further 2 x 12 month periods.
two.1.5) Estimated total value
Value excluding VAT: £300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90700000 - Environmental services
- 90720000 - Environmental protection
- 90714500 - Environmental quality control services
- 72314000 - Data collection and collation services
two.2.3) Place of performance
NUTS codes
- UKM65 - Orkney Islands
Main site or place of performance
Scapa Flow, Orkney
two.2.4) Description of the procurement
The Authority has a requirement for a suitably qualified and experienced contractor for the provision of ballast water sampling for an initial 3 year period with the option to extend for a further 2 x 12 month periods, subject to the satisfaction of performance by the Authority. The Contract will commence on 1 April 2025.
All sampling must be performed in accordance with the requirements of current legislation, Ballast Water Management Annex 3 - Resolution MEPC.173(58), MGN 432 Amendment 1 and Ballast Water Management Policy for Scapa Flow - Apr 2023. All documentation included within the Appendix Section of the Invitation to Tender documentation.
It should be noted that due to the variable movement of shipping, short notice (minimum of 24 hrs) may be given for a ballast water sampling event. Sampling team will be required to be available 365/24/7. Prospective Tenderers need to take note that transport for members of a sampling team to Orkney is limited and can be disrupted by weather, at short notice.
two.2.5) Award criteria
Quality criterion - Name: Project Understanding and Requirements / Weighting: 20
Quality criterion - Name: Project Methodology and Specific Expertise / Weighting: 50
Quality criterion - Name: Fair Work Practices / Weighting: Pass/Fail
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
There is an option for 2 x 12 month period extensions, at the sole discretion of the Authority and subject to satisfactory performance of the services.
two.2.10) Information about variants
Variants will be accepted: No
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
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
The relevant selection criteria will be included in the SPD (Scotland) module.
three.1.2) Economic and financial standing
List and brief description of selection criteria
The relevant selection criteria will be included in the SPD (Scotland) module.
three.1.3) Technical and professional ability
List and brief description of selection criteria
The relevant selection criteria will be included in the SPD (Scotland) module.
three.2) Conditions related to the contract
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
14 February 2025
Local time
12:00pm
Changed to:
Date
7 February 2025
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
14 February 2025
Local time
3:00pm
Place
PCS Postbox opening via Teams
Information about authorised persons and opening procedure
Three Officers with delegated authority
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Subject to the award of the 2 x 12 month extensions, the new contract will be put to tender approximately 6 months prior to the expiry of the contract.
six.2) Information about electronic workflows
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 tender 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 2015 may bring proceedings in the Sheriff Court or Court of Session.
Tenders should complete the SPD (Scotland) contained within the SPD Module attached to this notice.
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=786509.
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.
(SC Ref:786509)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=786509
six.4) Procedures for review
six.4.1) Review body
Sheriffs Court
Watergate
Kirkwall
KW15 1PD
Telephone
+44 01856872110
Country
United Kingdom