Section one: Contracting entity
one.1) Name and addresses
Orkney Islands Council (Harbour Authority)
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.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.6) Main activity
Port-related activities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply of a Second Hand 24m Landing Craft Type Vessel
Reference number
OIC/PROC/2198
two.1.2) Main CPV code
- 34520000 - Boats
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Authority seeks to secure the purchase of a 24 metre steel-hulled landing craft type vessel.
two.1.5) Estimated total value
Value excluding VAT: £1,400,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34512000 - Ships and similar vessels for the transport of persons or goods
- 34521000 - Specialised boats
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Orkney Islands
two.2.4) Description of the procurement
This procurement exercise seeks to secure the purchase of a ~24-metre steel-hulled landing craft type vessel. The proposal to purchase a ~24-metre steel-hulled landing craft aims to strengthen service resilience by introducing an additional vessel capable of supporting freight movement and providing contingency cover in the event of breakdowns or unplanned maintenance elsewhere in the fleet. While the vessel will primarily be a workboat, it should be able to accommodate a limited number of passengers—up to 12—where appropriate. However, this would not be intended for routine passenger service and would not therefore address accessibility challenges for people with restricted mobility.
two.2.5) Award criteria
Quality criterion - Name: Vessel Description and Capability / Weighting: 25
Quality criterion - Name: Condition Survey / Weighting: 20
Quality criterion - Name: Sea Trials / Weighting: 25
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £1,400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
1
This contract is subject to renewal
No
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
two.2.14) Additional information
The anticipated Contract Duration from award of contract to delivery of the vessel, will be one month and must be completed by the end of March 2026. The budget for the purchase of the vessel is 1,200,000 GBP with a maximum of 1,400,000 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
As detailed in the Invitation to Tender documentation.
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 detailed in the contract documentation
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
Date
22 September 2025
Local time
12:00pm
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
22 September 2025
Local time
12:00pm
Place
Via TEAMS
Information about authorised persons and opening procedure
Tender opening carried out by 3 Officers with Delegated Procurement Authority including a Service Manager from Procurement/Engineering or Capital Projects.
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 ay 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 the contract advertisement on PCS.
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=807573.
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:807573)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=807573
six.4) Procedures for review
six.4.1) Review body
Kirkwall Sheriff Court
Watergate
Kirkwall
KW15 1DP
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
Telephone
+44 1856872110
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
Kirkwall Sheriff Court
Watergate
Kirkwall
KW15 1DP
Telephone
+44 1856872110
Country
United Kingdom