Notice Information
Notice Title
Provision of Energy Transition Adviser and Project Coordinator for ORION
Notice Description
The requirement is for Project Coordination and Energy Transition Advisor Services for a six month period with an option for the Council at its sole discretion to extend for a further period or periods of six months up to a total contract length of 3 years. The services required are for the ORION Project which has broad underlying aims of: making significant progress towards greener forms of fuel as an alternative to fossil fuels; tackling fuel poverty in Shetland by, among other things, creating affordable alternatives to existing energy provision; and for Shetland, particularly Sullom Voe, continuing as an energy hub and maintaining high levels of well-paid employment. The successful tenderer shall contribute to these aims by providing strategy and planning, governance and management support, coordinating and leading on networking, advising on project activity and promotion, all as more fully described in the tender documents.
Lot Information
Lot 1
The type of contract to be awarded is a services contract for the provision of advisory and project management services. It will be a regulated procurement in terms of the Public Contracts (Scotland) Regulations 2015 and the Procurement Reform (Scotland) Act 2014. The estimated total contract value for the provision of the required services over the maximum term of three years is 300,000 GBP. The tendering process being followed is a restricted procedure with a view to receiving five tenders for evaluation.
Renewal: The Council's Infrastructure Directorate seeks Project Coordination and Energy Transition Advisor Services for the ORION Project for a six month period with an option for the Council at its sole discretion to extend for a further period or periods of six months up to a total contract length of 3 years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02e9ad
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/000282-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71314000 - Energy and related services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £49,680 Under £100K
Notice Dates
- Publication Date
- 7 Jan 20251 years ago
- Submission Deadline
- 8 Nov 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 7 Mar 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SHETLAND ISLANDS COUNCIL
- Contact Name
- Colin Black - Procurement Manager
- Contact Email
- contract.admin@shetland.gov.uk
- Contact Phone
- +44 1595744595
Buyer Location
- Locality
- SHETLAND
- Postcode
- ZE1 0LZ
- Post Town
- Lerwick
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM2 Highlands and Islands
- Small Region (ITL 3)
- TLM20 Highlands and Islands
- Delivery Location
- TLM66 Shetland Islands
-
- Local Authority
- Shetland Islands
- Electoral Ward
- Lerwick North and Bressay
- Westminster Constituency
- Orkney and Shetland
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02e9ad-2025-01-07T10:00:43Z",
"date": "2025-01-07T10:00:43Z",
"ocid": "ocds-h6vhtk-02e9ad",
"description": "Please note that it is an essential requirement of the procurement process that Tenderers fully complete and submit a satisfactory Single Procurement Document (SPD) and satisfy all requirements specified or referred to in the Contract Notice and Procurement Documents. The contract shall be subject to Scots Law and the jurisdiction of the Scottish Courts. GBP means Great British Pounds. III.1.2 - Economic operators who do not obtain a satisfactory financial evaluation may not be considered for contract award. The UK has left the EU and the transition period after EU came to an end on 31 December 2020.From 1 January 2021, relevant references to the EU and EU procurement legislation will either be updated or removed from the Public Contracts Scotland site where appropriate. This will be an ongoing process. Despite the reference to the EU Directives embedded in the header of the Contract Notice, the EU Directives do not apply to this procurement. III.1.2 - A Bank Reference Mandate Form is included with the procurement documents for completion by economic operators where a Bank Reference is not submitted direct by the economic operator. The Council will carry out an Equifax check where a Bank Reference cannot be obtained and this will form part of the economic and financial evaluation of economic operators. For the avoidance of doubt Tenders are not required for Stage 1, the Selection stage. The draft Invitation to Tender document is for information only and will distributed in final form to those economic operators who are to be invited to tender at Stage 2 of the procedure. VI.4.1 - Review body. The review body noted is Lerwick Sheriff Court, but Economic Operators should contact the Contracting Authority in the first instance if any issue needs to be addressed. The court may be contacted where legal proceedings are contemplated. (SC Ref:786995)",
"initiationType": "tender",
"tender": {
"id": "I/14/21",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Provision of Energy Transition Adviser and Project Coordinator for ORION",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71314000",
"description": "Energy and related services"
},
"mainProcurementCategory": "services",
"description": "The requirement is for Project Coordination and Energy Transition Advisor Services for a six month period with an option for the Council at its sole discretion to extend for a further period or periods of six months up to a total contract length of 3 years. The services required are for the ORION Project which has broad underlying aims of: making significant progress towards greener forms of fuel as an alternative to fossil fuels; tackling fuel poverty in Shetland by, among other things, creating affordable alternatives to existing energy provision; and for Shetland, particularly Sullom Voe, continuing as an energy hub and maintaining high levels of well-paid employment. The successful tenderer shall contribute to these aims by providing strategy and planning, governance and management support, coordinating and leading on networking, advising on project activity and promotion, all as more fully described in the tender documents.",
"lots": [
{
"id": "1",
"description": "The type of contract to be awarded is a services contract for the provision of advisory and project management services. It will be a regulated procurement in terms of the Public Contracts (Scotland) Regulations 2015 and the Procurement Reform (Scotland) Act 2014. The estimated total contract value for the provision of the required services over the maximum term of three years is 300,000 GBP. The tendering process being followed is a restricted procedure with a view to receiving five tenders for evaluation.",
"contractPeriod": {
"durationInDays": 180
},
"hasRenewal": true,
"renewal": {
"description": "The Council's Infrastructure Directorate seeks Project Coordination and Energy Transition Advisor Services for the ORION Project for a six month period with an option for the Council at its sole discretion to extend for a further period or periods of six months up to a total contract length of 3 years."
},
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "This Procurement will be conducted through the use of the Restricted Procedure. All queries about this procurement must be made via the Public Contracts Scotland (PCS messaging system. The process we will apply will be: - Statements including the specific requirements can be found within Section III.1.1, III.1.2 and III.1.3 of the Contract Notice. -Bidder's must pass the minimum standards sections of the Single Procurement Document (SPD) (Scotland). Part III and Sections B and C of Part IV of the SPD (Scotland) (except 4C 1.2) will be scored on a pass/fail basis. Question 4C 1.2 will be scored in the following way: 0 - 3 Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 4 - 7 Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability. 8 - 12 Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 13 - 17 Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 18 - 20 Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. - The responses to the questions of Section III.1.3 of the Contract Notice will be weighted the following way: Please see SPD (Scotland) Question 4C.1.2. Responses must address the Relevant Examples and shall be weighted 20% for each: New Business Opportunities in Major Energy Transition Projects: - Generated outline business case - Initiated projects with vision, purpose and values - Communicated project drivers at all levels of organisations, governmental agencies and supply chain - Created networks and engagement to ensure success of energy transitions projects Provide Two Examples, Weighting 20% Organisational change management: - Identified the need for change and created the business drivers - Executed the restructuring & change management of major organisations and or government agencies with energy transition as a key driver Provide Two Examples, Weighting 20% Stakeholder management: - Engagement with senior executives within Energy Companies, Government Minsters and or Academia that has led to material change to carbon reduction programmes - Communication with all levels of stakeholders and evidence of working within Governmental agencies Provide Three Examples, Weighting 20% Project management: - Led multiple large-scale projects of greater than 100M GBP CAPEX - Developed the outline business case to support investment & implementation - Managed project health, safety, security & environment (HSSE) - Led technical and commercial drivers - Led the successful execution of the project(s) through to handover and close out Three Examples, Weighting 20% Communications: - Engagement and communication with the local, national and international media within the energy transition arena - Clear articulation of project ambitions, both through interview and other media channels including public events Three Examples, Weighting 20% - We will take the five highest scoring bidders through and they will be invited to submit a tender."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality Submission",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71314000",
"description": "Energy and related services"
}
],
"deliveryAddresses": [
{
"region": "UKM66"
},
{
"region": "UKM66"
}
],
"deliveryLocation": {
"description": "Shetland Islands and as required by the Contracting Authority."
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Economic Operators must include up to date financial information that confirms the tenderer's financial capacity to fulfil the terms of the contract. Audited accounts and bank references are the preferred evidence but other relevant financial documents and data can be supplied by tenderers that do not hold company status.",
"minimum": "Three years accounts and business reports for the contracting entity; A current bank reference report at a minimum value of 50,000 GBP; Evidence of current Employers and Public Liability Insurances to the minimum extent of 10,000,000 GBP and 5,000,000 GBP respectively; Evidence of current professional indemnity insurances with minimum level of 1,000,000 GBP for any one event. The Contracting Authority will carry out an Equifax check where a Bank Reference cannot be obtained and this will form part of the economic and financial evaluation of economic operators.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "4C.1.2 of the SPD (Scotland): Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in part II.1.4 of the Contract Notice. No questions from Section D of Part IV of the SPD (Scotland) (Quality assurance schemes and environmental management standards) will be used, so no statements for those questions are listed in this Contract Notice.",
"appliesTo": [
"supplier"
]
}
]
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-11-08T15:00:00Z"
},
"secondStage": {
"invitationDate": "2021-11-12T00:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"hasRecurrence": false,
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-FTS-1887",
"name": "Shetland Islands Council",
"identifier": {
"legalName": "Shetland Islands Council"
},
"address": {
"streetAddress": "8 North Ness Business Park, Lerwick",
"locality": "Shetland",
"region": "UKM66",
"postalCode": "ZE1 0LZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Colin Black - Procurement Manager",
"telephone": "+44 1595744595",
"email": "contract.admin@shetland.gov.uk",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.shetland.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00402",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-10309",
"name": "Lerwick Sheriff Court",
"identifier": {
"legalName": "Lerwick Sheriff Court"
},
"address": {
"streetAddress": "King Erik Street",
"locality": "Lerwick",
"postalCode": "ZE1 0HD",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1595693914",
"email": "lerwick@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-134054",
"name": "NewByrne Consultants Ltd",
"identifier": {
"legalName": "NewByrne Consultants Ltd"
},
"address": {
"streetAddress": "22 Baillieswells Drive, Bieldside",
"locality": "ABERDEEN",
"region": "UKM50",
"postalCode": "AB15 9AX",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-1887",
"name": "Shetland Islands Council"
},
"language": "en",
"awards": [
{
"id": "000282-2025-I/14/21-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-134054",
"name": "NewByrne Consultants Ltd"
}
]
}
],
"contracts": [
{
"id": "000282-2025-I/14/21-1",
"awardID": "000282-2025-I/14/21-1",
"status": "active",
"value": {
"amount": 49680,
"currency": "GBP"
},
"dateSigned": "2022-03-07T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 3
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
}
]
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000668410"
}
]
}