Award

Provision of Consultancy and Technical Services for the Orkney Ferry Replacement Programme and Orkney Harbours Masterplan Phase 2

ORKNEY ISLANDS COUNCIL (HARBOUR AUTHORITY)

This public procurement record has 4 releases in its history.

Award

02 Jul 2025 at 10:31

TenderUpdate

12 Mar 2025 at 10:03

TenderUpdate

21 Feb 2025 at 08:22

Tender

31 Jan 2025 at 16:44

Summary of the contracting process

The Orkney Islands Council (Harbour Authority) has concluded a procurement process for the "Provision of Consultancy and Technical Services for the Orkney Ferry Replacement Programme and Orkney Harbours Masterplan Phase 2". This process falls under the services category with a focus on ferry transport services, and it is located in the Orkney Islands, UK. The tender stage is complete, with the contract being awarded on May 4, 2025, to Arch Henderson LLP. The procurement followed an open procedure and was covered by the GPA, with quality making up 80% of the award criteria and cost 20%. The project's legal basis is rooted in European law, specifically CELEX: 32014L0025.

This tender presents significant opportunities for businesses specialising in consultancy services within the maritime and civil engineering sectors, along with those providing naval architecture and environmental engineering consultancy. Companies experienced in managing complex infrastructure projects and familiar with the UK's standards will find this to be an opportunity to expand their portfolio and engage with significant public sector initiatives. The emphasis on interwoven tasks for the ferry replacement and harbour masterplan further suggests a competitive edge for firms capable of innovative integration of different project elements, contributing to both social and economic development within the region. Additionally, there are potential avenues for subcontracting, enhancing opportunities for various scales of businesses.

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

Provision of Consultancy and Technical Services for the Orkney Ferry Replacement Programme and Orkney Harbours Masterplan Phase 2

Notice Description

Orkney Islands Council ("the Council") has a requirement for a specialist consultancy to undertake Part A: Ferry Replacement Programme and Part B: Orkney Harbours Masterplan (Phase 2), which collectively constitute this commission

Lot Information

Lot 1

Orkney Islands Council ("the Council") has a requirement for a specialist consultancy to undertake Part A: Ferry Replacement Programme and Part B: Orkney Harbours Masterplan (Phase 2), which collectively constitute this commission. The inter-relationship of the lifeline ferry services, and the piers and harbours mean that Part A and Part B are best progressed in tandem, although it is recognised that each will have a number of discrete tasks. The Council welcomes innovation in how Part A and Part B can be best interweaved across the study programme to deliver the best outputs in the most efficient and cohesive manner, both from a community / user perspective and for the Council. There are however some pressing deadlines associated with the Ferry Replacement Programme of works so this must be seen as priority when completing the programme of works. To deliver these requirements the following broad tasks are proposed as an outline method that could be adopted and developed upon. The purpose of the study is as follows: Part A: Ferry Replacement Programme Management Case will comprise the necessary considerations from a naval architect and civil/marine infrastructure perspective to ensure the ferry replacement programme can be optimally guided to deliver on its stated objectives, which are set out through a set of Transport Planning Objectives and Critical Success Factors to guide the Business Case development. As part of the ongoing review of the Strategic Business Case spending objectives have also been reviewed. The Ferry Replacement Programme seeks to procure new assets and associated infrastructure within Orkney Islands Council's wider remit, covering social, economic and environmental aspects. As such, tailored spending objectives for the project have also been set to guide development and inform the direction of the Part B of this study.

Options: Bidders have the option to bid for Phase 2 of the project subject to availability of external funding. For the avoidance of doubt the contract value as stated at 11.2.6 is for Part A and Part B of the project only.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04dac9
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/036706-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

45 - Construction work

60 - Transport services (excl. Waste transport)

66 - Financial and insurance services

71 - Architectural, construction, engineering and inspection services


CPV Codes

34512000 - Ships and similar vessels for the transport of persons or goods

34512100 - Ferry boats

34521000 - Specialised boats

45200000 - Works for complete or part construction and civil engineering work

60610000 - Ferry transport services

66171000 - Financial consultancy services

71220000 - Architectural design services

71311000 - Civil engineering consultancy services

71313000 - Environmental engineering consultancy services

71322000 - Engineering design services for the construction of civil engineering works

Notice Value(s)

Tender Value
£1,415,000 £1M-£10M
Lots Value
£1,415,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£1,385,128 £1M-£10M

Notice Dates

Publication Date
2 Jul 20257 months ago
Submission Deadline
3 Mar 2025Expired
Future Notice Date
Not specified
Award Date
3 May 20259 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
ORKNEY ISLANDS COUNCIL (HARBOUR AUTHORITY)
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

Supplier Information

Number of Suppliers
1
Supplier Name

ARCH HENDERSON

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-04dac9-2025-07-02T11:31:26+01:00",
    "date": "2025-07-02T11:31:26+01:00",
    "ocid": "ocds-h6vhtk-04dac9",
    "description": "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 proceedings in the Sheriff Court of Court of Session. Tenderers should complete thee SPD (Scotland) contained within the SPD module attached to this notice. (SC Ref:803204)",
    "initiationType": "tender",
    "tender": {
        "id": "OIC/PROC/1930",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Provision of Consultancy and Technical Services for the Orkney Ferry Replacement Programme and Orkney Harbours Masterplan Phase 2",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "60610000",
            "description": "Ferry transport services"
        },
        "mainProcurementCategory": "services",
        "description": "Orkney Islands Council (\"the Council\") has a requirement for a specialist consultancy to undertake Part A: Ferry Replacement Programme and Part B: Orkney Harbours Masterplan (Phase 2), which collectively constitute this commission",
        "value": {
            "amount": 1415000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Orkney Islands Council (\"the Council\") has a requirement for a specialist consultancy to undertake Part A: Ferry Replacement Programme and Part B: Orkney Harbours Masterplan (Phase 2), which collectively constitute this commission. The inter-relationship of the lifeline ferry services, and the piers and harbours mean that Part A and Part B are best progressed in tandem, although it is recognised that each will have a number of discrete tasks. The Council welcomes innovation in how Part A and Part B can be best interweaved across the study programme to deliver the best outputs in the most efficient and cohesive manner, both from a community / user perspective and for the Council. There are however some pressing deadlines associated with the Ferry Replacement Programme of works so this must be seen as priority when completing the programme of works. To deliver these requirements the following broad tasks are proposed as an outline method that could be adopted and developed upon. The purpose of the study is as follows: Part A: Ferry Replacement Programme Management Case will comprise the necessary considerations from a naval architect and civil/marine infrastructure perspective to ensure the ferry replacement programme can be optimally guided to deliver on its stated objectives, which are set out through a set of Transport Planning Objectives and Critical Success Factors to guide the Business Case development. As part of the ongoing review of the Strategic Business Case spending objectives have also been reviewed. The Ferry Replacement Programme seeks to procure new assets and associated infrastructure within Orkney Islands Council's wider remit, covering social, economic and environmental aspects. As such, tailored spending objectives for the project have also been set to guide development and inform the direction of the Part B of this study.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "80"
                        },
                        {
                            "type": "price",
                            "description": "20"
                        }
                    ]
                },
                "value": {
                    "amount": 1415000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Bidders have the option to bid for Phase 2 of the project subject to availability of external funding. For the avoidance of doubt the contract value as stated at 11.2.6 is for Part A and Part B of the project only."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45200000",
                        "description": "Works for complete or part construction and civil engineering work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60610000",
                        "description": "Ferry transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34512100",
                        "description": "Ferry boats"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34512000",
                        "description": "Ships and similar vessels for the transport of persons or goods"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34521000",
                        "description": "Specialised boats"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71220000",
                        "description": "Architectural design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66171000",
                        "description": "Financial consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71313000",
                        "description": "Environmental engineering consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM65"
                    },
                    {
                        "region": "UKM65"
                    }
                ],
                "deliveryLocation": {
                    "description": "Orkney Islands"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "communication": {
            "atypicalToolUrl": "http://www.publiccontractsscotland.gov.uk"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "A suitably qualified and experienced Naval Architect is required.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Naval Architect and qualified civil engineer will be required."
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "financialTerms": "As detailed in the Council's conditions of contract.",
            "performanceTerms": "As detailed in the contract documentation.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-03-03T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2025-03-03T14:00:00Z"
        },
        "bidOpening": {
            "date": "2025-03-03T14:00:00Z",
            "address": {
                "streetAddress": "TEAMS Meeting"
            },
            "description": "To be opened by officers with delegated procurement authority in accordance with the Council's Contract Standing Orders"
        },
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "3",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2025-03-03T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2025-03-17T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2025-03-03T14:00:00Z"
                        },
                        "newValue": {
                            "date": "2025-03-17T14:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ],
                "description": "Request from bidders and complex nature of the requirement to allow more time for bidders to prepare their bids."
            },
            {
                "id": "4",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2025-03-17T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2025-03-24T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2025-03-17T14:00:00Z"
                        },
                        "newValue": {
                            "date": "2025-03-24T14:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ],
                "description": "Request by bidders."
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-10325",
            "name": "Orkney Islands Council (Harbour Authority)",
            "identifier": {
                "legalName": "Orkney Islands Council (Harbour Authority)"
            },
            "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-116020",
            "name": "Kirkwall Sherriff Court",
            "identifier": {
                "legalName": "Kirkwall Sherriff Court"
            },
            "address": {
                "streetAddress": "Watergate",
                "locality": "Kirkwall",
                "postalCode": "KW15 1DP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1856872110",
                "email": "kirkwall@scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ],
            "details": {
                "url": "https://www.scotcourts.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-153144",
            "name": "Arch Henderson LLP",
            "identifier": {
                "legalName": "Arch Henderson LLP"
            },
            "address": {
                "streetAddress": "Stewart Building",
                "locality": "Lerwick",
                "region": "UKM66",
                "postalCode": "ZE1 0LL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1595695512",
                "email": "s.jamieson@arch-henderson.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-121983",
            "name": "Kirkwall Sheriff Court",
            "identifier": {
                "legalName": "Kirkwall Sheriff Court"
            },
            "address": {
                "streetAddress": "Watergate",
                "locality": "Kirkwall",
                "postalCode": "KW15 1DP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1856872110",
                "email": "kirkwall@scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ],
            "details": {
                "url": "https://www.scotcourts.gov.uk/"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-10325",
        "name": "Orkney Islands Council (Harbour Authority)"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000789142"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "036706-2025-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "hasSubcontracting": true,
            "subcontracting": {
                "minimumPercentage": 0.4,
                "maximumPercentage": 0.4
            },
            "suppliers": [
                {
                    "id": "GB-FTS-153144",
                    "name": "Arch Henderson LLP"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "036706-2025-1",
            "awardID": "036706-2025-1",
            "status": "active",
            "value": {
                "amount": 1385128,
                "currency": "GBP"
            },
            "dateSigned": "2025-05-04T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}