Tender

Supply of a Second Hand 24m Landing Craft Type Vessel

  • Orkney Islands Council (Harbour Authority)

F05: Contract notice – utilities

Notice identifier: 2025/S 000-050332

Procurement identifier (OCID): ocds-h6vhtk-058bac

Published 20 August 2025, 5:02pm



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.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

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