Tender

Supply of One New Towage Boat (Design and Build)

ORKNEY ISLANDS COUNCIL

This public procurement record has 1 release in its history.

Tender

02 Jun 2022 at 08:33

Summary of the contracting process

Orkney Islands Council is seeking tenders for the supply of one new towage boat (design and build) to support safe and reliable towage services in the Scapa Flow and Kirkwall harbour areas. This procurement falls under the goods category and has an estimated value of £7,500,000. The tender is currently in the active stage, with bids due by 4th July 2022. Upon successful contract award, the project timeline anticipates completion from August 2022 to January 2023 for the first lot and September 2022 to July 2025 for the second lot. The open procedure allows electronic submissions, and suppliers must ensure compliance with the Council’s specifications and relevant regulations.

This procurement presents a significant business opportunity for companies specialising in marine engineering, boat construction, and related equipment suppliers. Firms with capabilities in designing, building, and equipping tug boats, particularly those with knowledge of modern construction methodologies and environmental standards, will be well-positioned to compete. Additionally, local businesses may benefit from indirect community gains, including potential job creation and the provision of training for staff in new technologies, thereby contributing to long-term business growth in the region.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Supply of One New Towage Boat (Design and Build)

Notice Description

Orkney Islands Council, as Statutory Harbour Authority (the "Authority") has a requirement for the supply of one design and build tug boat which meets the Council's specification, which are required to provide a safe and reliable towage service in the Scapa Flow (including Flotta Oil Terminal) and Kirkwall harbour areas.

Lot Information

Supply of One New Tug Boat (Design and Build) - Currently Under Construction

The Basic Specification is given as a guide as to the specific requirements of the Owner. 1.1. The principal dimensions of the vessel are expected to be approximately as follows:- Length overall : +/- 32 metres Breadth extreme : 12 to 14 metres Operating draft : MAXIMUM of 5.50 metres (navigational draft), when fully loaded with fuel and FW 1.2. The vessel is to be constructed, equipped and outfitted in accordance with the latest Rules and Regulations of Lloyd's Register or other IACS member society, for Unrestricted Service. 1.3. The vessel is to be constructed under survey of Lloyd's Register or other IACS member society, and delivered in Class. As a minimum, Class Notations assigned should be the following (or equivalent according to the Classification Society):- +100A1 Escort Tug UMS +LMC Firefighting 1 with water spray *IWS 1.4. The Gross Tonnage should be less than 500. 1.5. The design, construction and fitout of the vessel is to be in compliance with all statutory international regulations and MCA requirements for a vessel of UK Class IX. 1.6. Crew accommodation to be provided in 6 single cabins, two of which to also have folding or pull-out bunks for occasional use. Lifesaving appliances to be provided for 16 persons, 1.7. Vessel to be delivered UK flagged. Contractors to arrange for MCA inspection, in order to issue 'Record of Inspection of Safety Equipment' (MSF1102). 1.8. The vessel's stability and freeboard should be suitable to permit carrying one 20- foot container on the main deck, of gross weight up to 10 tonnes, whilst the vessel is fully loaded with fuel and fresh water. The provision (design and build contract) of one new build tug to meet the Council's specification, Lot 1 will be for a new build tug that is currently under construction with a Contract duration and delivery timescale following successful sea trials, of within 6 months. The Authority already operates tug vessels in which the main engines are of Caterpillar manufacture type 3516C or equivalent and as such has requested two engine cost options be provided in respect of main engine emissions criteria - only where the following circumstance applies: If the Contractor can offer a vessel already under construction i.e. keel laid before 1st January 2021. IMO Tier II (keel laid before 1st January 2021) Caterpillar 3516C or equivalent Tier II being achieved in-engine and no exhaust after treatment required. With part completion / ready for owners sea trials due within six months of the issue of this ITT 1.10. Fuel tank capacity to be a minimum of 120 cubic metres. 1.11. Fresh water capacity to be no less than 20 cubic metres. The anticipated Contract Duration from award of Contract (Lot 1) to delivery of the vessel, following successful sea trials, will be from August 2022 to 31 January 2023 Additional information: The anticipated Contract Duration from award of Contract (Lot 1) to delivery of the vessel, following successful sea trials, will be from August 2022 to 31 January 2023.

Supply of One New Tug Boat (Design and Build)

The provision (design and build) of one new-build tug boat to meet the Council's specification as detailed in Lot 1, apart from the main engines which must be:- IMO Tier III Caterpillar 3516E or equivalent. This option (Lot 2) to include total cost of supply and fit out of associated after treatment equipment such as but not limited to Clean Emissions Modules, DEF storage tank, dosing and monitoring control gear etc. It is recognized that the contract duration (for Lot 2) will be subject to the global supply market, therefore the provision (design and build) of one new-build tug boat to meet the Council's specification is to be delivered subject to successful sea trials within 36 months of the award of Contract. Additional information: The anticipated Contract Duration from award of Contract (Lot 2) to delivery of the vessel, following successful sea trials, will be from August 2022 to July 2025.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0342f4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/015438-2022
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation


CPV Codes

34513200 - Tug boats

34520000 - Boats

34521000 - Specialised boats

Notice Value(s)

Tender Value
£7,500,000 £1M-£10M
Lots Value
£7,500,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Jun 20223 years ago
Submission Deadline
4 Jul 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
ORKNEY ISLANDS COUNCIL
Contact Name
Rosemary Colsell
Contact Email
rosemary.colsell@orkney.gov.uk
Contact Phone
+44 1856873535

Buyer Location

Locality
KIRKWALL
Postcode
KW15 1NY
Post Town
Kirkwall
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
TLM65 Orkney Islands

Local Authority
Orkney Islands
Electoral Ward
Kirkwall East
Westminster Constituency
Orkney and Shetland

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-0342f4-2022-06-02T09:33:27+01:00",
    "date": "2022-06-02T09:33:27+01:00",
    "ocid": "ocds-h6vhtk-0342f4",
    "description": "Envisaged number of candidates: 5 Objective criteria for choosing the limited number of candidates: The candidates that achieve the top 5 highest scores in the scored and weighted sections of the SPD will be considered further at the award criteria stage for the quality and cost evaluation. 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 the Public Contracts (Scotland) Regulations may bring proceedings in the Sheriff Court of Court of Session. 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=695032. 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. Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Employment in Orkney - indirect community benefit to the local community in Orkney is the continued provision of twenty directly employed seafarer posts within the Towage Services provided by the Harbour Authority. In the medium term and dependant on business there is the possibility of increasing the number of towage seafarers. Training of sea and shore staff in use of new equipment and maintenance. As a consequence there will be an increase in the knowledge base of local suppliers due to new vessel/s having modern technology and therefore a requirement for a higher level of shore side backup for these vessels - both directly employed and via contractors. Running costs and whole life cycle costs incorporated into specification. Employment and welfare considerations with a requirement to meet the Health and Safety and Employment legislation and minimum/living wage or equivalent requirements of the Country of construction. Evidence of compliance with these requirements to be incorporated into stage payments regime where appropriate. (SC Ref:695032) Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=695032",
    "initiationType": "tender",
    "tender": {
        "id": "OIC/PROC/1250",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Supply of One New Towage Boat (Design and Build)",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "34513200",
            "description": "Tug boats"
        },
        "mainProcurementCategory": "goods",
        "description": "Orkney Islands Council, as Statutory Harbour Authority (the \"Authority\") has a requirement for the supply of one design and build tug boat which meets the Council's specification, which are required to provide a safe and reliable towage service in the Scapa Flow (including Flotta Oil Terminal) and Kirkwall harbour areas.",
        "value": {
            "amount": 7500000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2
        },
        "lots": [
            {
                "id": "1",
                "title": "Supply of One New Tug Boat (Design and Build) - Currently Under Construction",
                "description": "The Basic Specification is given as a guide as to the specific requirements of the Owner. 1.1. The principal dimensions of the vessel are expected to be approximately as follows:- Length overall : +/- 32 metres Breadth extreme : 12 to 14 metres Operating draft : MAXIMUM of 5.50 metres (navigational draft), when fully loaded with fuel and FW 1.2. The vessel is to be constructed, equipped and outfitted in accordance with the latest Rules and Regulations of Lloyd's Register or other IACS member society, for Unrestricted Service. 1.3. The vessel is to be constructed under survey of Lloyd's Register or other IACS member society, and delivered in Class. As a minimum, Class Notations assigned should be the following (or equivalent according to the Classification Society):- +100A1 Escort Tug UMS +LMC Firefighting 1 with water spray *IWS 1.4. The Gross Tonnage should be less than 500. 1.5. The design, construction and fitout of the vessel is to be in compliance with all statutory international regulations and MCA requirements for a vessel of UK Class IX. 1.6. Crew accommodation to be provided in 6 single cabins, two of which to also have folding or pull-out bunks for occasional use. Lifesaving appliances to be provided for 16 persons, 1.7. Vessel to be delivered UK flagged. Contractors to arrange for MCA inspection, in order to issue 'Record of Inspection of Safety Equipment' (MSF1102). 1.8. The vessel's stability and freeboard should be suitable to permit carrying one 20- foot container on the main deck, of gross weight up to 10 tonnes, whilst the vessel is fully loaded with fuel and fresh water. The provision (design and build contract) of one new build tug to meet the Council's specification, Lot 1 will be for a new build tug that is currently under construction with a Contract duration and delivery timescale following successful sea trials, of within 6 months. The Authority already operates tug vessels in which the main engines are of Caterpillar manufacture type 3516C or equivalent and as such has requested two engine cost options be provided in respect of main engine emissions criteria - only where the following circumstance applies: If the Contractor can offer a vessel already under construction i.e. keel laid before 1st January 2021. IMO Tier II (keel laid before 1st January 2021) Caterpillar 3516C or equivalent Tier II being achieved in-engine and no exhaust after treatment required. With part completion / ready for owners sea trials due within six months of the issue of this ITT 1.10. Fuel tank capacity to be a minimum of 120 cubic metres. 1.11. Fresh water capacity to be no less than 20 cubic metres. The anticipated Contract Duration from award of Contract (Lot 1) to delivery of the vessel, following successful sea trials, will be from August 2022 to 31 January 2023 Additional information: The anticipated Contract Duration from award of Contract (Lot 1) to delivery of the vessel, following successful sea trials, will be from August 2022 to 31 January 2023.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "value": {
                    "amount": 7500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 180
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "2",
                "title": "Supply of One New Tug Boat (Design and Build)",
                "description": "The provision (design and build) of one new-build tug boat to meet the Council's specification as detailed in Lot 1, apart from the main engines which must be:- IMO Tier III Caterpillar 3516E or equivalent. This option (Lot 2) to include total cost of supply and fit out of associated after treatment equipment such as but not limited to Clean Emissions Modules, DEF storage tank, dosing and monitoring control gear etc. It is recognized that the contract duration (for Lot 2) will be subject to the global supply market, therefore the provision (design and build) of one new-build tug boat to meet the Council's specification is to be delivered subject to successful sea trials within 36 months of the award of Contract. Additional information: The anticipated Contract Duration from award of Contract (Lot 2) to delivery of the vessel, following successful sea trials, will be from August 2022 to July 2025.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "value": {
                    "amount": 7500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34521000",
                        "description": "Specialised boats"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34520000",
                        "description": "Boats"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM65"
                    }
                ],
                "deliveryLocation": {
                    "description": "On completion of successful sea trials the vessel is required to be delivered to the Orkney Islands, however the location of the ship yard is not stipulated."
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34520000",
                        "description": "Boats"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM65"
                    }
                ],
                "deliveryLocation": {
                    "description": "On completion of successful sea trials the vessel is required to be delivered to the Orkney Islands, however the location of the ship yard is not stipulated."
                },
                "relatedLot": "2"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "communication": {
            "atypicalToolUrl": "http://www.publiccontractsscotland.gov.uk"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Bidders are required to be enrolled in the relevant professional or trade registers of the Country in which they are established. For the UK - Register of Companies.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "reductionCriteria": "As detailed in the tender documentation",
            "requiresStaffNamesAndQualifications": true
        },
        "submissionTerms": {
            "depositsGuarantees": "Band Guarantees are required as detailed in the tender documentation.",
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "contractTerms": {
            "financialTerms": "Installment payments and delivery payments in accordance with the terms and conditions of the Contract as detailed in the tender documentation.",
            "tendererLegalForm": "As detailed in the tender documentation.",
            "performanceTerms": "As detailed in the tender documentation.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-07-04T12:00:00+01:00"
        },
        "awardPeriod": {
            "startDate": "2022-07-04T14:00:00+01:00"
        },
        "bidOpening": {
            "date": "2022-07-04T14:00:00+01:00",
            "address": {
                "streetAddress": "TEAMS"
            },
            "description": "Tender Opening carried out by 3 Officers with Delegated Procurement Authority including the Service Manager, Procurement."
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-4848",
            "name": "Orkney Islands Council",
            "identifier": {
                "legalName": "Orkney Islands Council"
            },
            "address": {
                "streetAddress": "Council Offices, School Place",
                "locality": "Kirkwall",
                "region": "UKM65",
                "postalCode": "KW15 1NY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Rosemary Colsell",
                "telephone": "+44 1856873535",
                "email": "rosemary.colsell@orkney.gov.uk",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.orkneyharbours.com",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11522",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "PORT_RELATED_ACTIVITIES",
                        "description": "Port-related activities"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-47474",
            "name": "Kirkwall Sherriff Court",
            "identifier": {
                "legalName": "Kirkwall Sherriff Court"
            },
            "address": {
                "streetAddress": "Watergate",
                "locality": "Kirkwall",
                "postalCode": "KW15 1PD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1856872110"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "http://www.scotcourts.gov.uk"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-4848",
        "name": "Orkney Islands Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000695032"
        }
    ],
    "language": "en"
}