ذكذكتسئµ

Construction Tenders

30 July 2025

Related Information

Construction Contract Leads

No location provided

Category Works

Type

No. of Lots 2

Status Active

Published 28th Jul 2025

Tender Details
Referenceocds-h6vhtk-04f96b
Common Procurement VocabularyWorks for complete or part construction and civil engineering work
Procurement MethodRestricted procedure
Value£18,000,000
« Previous Page

No location provided

Category Works

Type

No. of Lots 2

Status Active

Published 28th Jul 2025

Tender Details
Referenceocds-h6vhtk-04f96b
Common Procurement VocabularyWorks for complete or part construction and civil engineering work
Procurement MethodRestricted procedure
Value£18,000,000

Section I: Contracting authority

I.1) Name and addresses

Orkney Islands Council

Council Offices, School Place

Kirkwall

KW15 1NY

Contact

David Custer

Email

david.custer [at] orkney.gov.uk

Telephone

+44 01856873535

Fax

+44 01856876158

Country

United Kingdom

NUTS code

UKM65 - Orkney Islands

Internet address(es)

Main address

Buyer's address

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Orkney Community Wind Farms (OCWF) - Balance of Plant Contract

Reference number

OIC/PROC/2143

II.1.2) Main CPV code

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

II.1.3) Type of contract

Works

II.1.4) Short description

Orkney Islands Council (OIC) is developing Orkney Community Wind Farms, comprising two windfarms in the Orkney Islands. Quanterness wind farm, located on Mainland Orkney (Northwest of Kirkwall), consisting of six circa 4.8 MW Wind Turbine Generators. Faray wind farm, located on the uninhabited island of Faray in the North isles, consisting of six circa 4.8 MW Wind Turbine Generators. Both wind farms have obtained all planning consent and grid connection agreements. Quanterness is due to commence operation in June 2028, with Faray commencing operation in May 2030.

II.1.5) Estimated total value

Value excluding VAT: آ£18,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

II.2) Description

II.2.1) Title

Faray Wind Farm - ECI

Lot No

2

II.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45220000 - Engineering works and construction works
  • 45223500 - Reinforced-concrete structures
  • 45232200 - Ancillary works for electricity power lines
  • 45232220 - Substation construction work
  • 45233226 - Access road construction work
  • 45244000 - Marine construction works
  • 45244200 - Jetties

II.2.3) Place of performance

NUTS codes
  • UKM65 - Orkney Islands
Main site or place of performance

Faray, Orkney Islands

II.2.4) Description of the procurement

The Balance of Plant works required for Orkney Community Wind Farms is to complete the design and build of the civils and electrical works in advance of the WTG installer. This will include the following works:

Project and technical management

HSE coordination

Provision of required site facilities for staff

Permit control

Site design (clarifying approved design and implementing)

Site clearance, excavation preparation works

Access roads and crane pads

Marine Offloading Facilities

WTG foundations

Substation building and installation

Cable ducting, installation and commissioning

Maintenance and protection of all installed items during construction phase

Site clearance of all materials, equipment etc

Snagging and defects lists

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

II.2.6) Estimated value

Value excluding VAT: آ£11,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Quanterness Wind Farm - ECC

Lot No

1

II.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45220000 - Engineering works and construction works
  • 45223500 - Reinforced-concrete structures
  • 45232200 - Ancillary works for electricity power lines
  • 45232220 - Substation construction work
  • 45233226 - Access road construction work

II.2.3) Place of performance

NUTS codes
  • UKM65 - Orkney Islands
Main site or place of performance

Mainland, Orkney Islands

II.2.4) Description of the procurement

The Balance of Plant works required for Orkney Community Wind Farms is to complete the design and build of the civils and electrical works in advance of the WTG installer. This will include the following works:

Project and technical management

HSE coordination

Provision of required site facilities for staff

Permit control

Site design (clarifying approved design and implementing)

Site clearance, excavation preparation works

Access roads and crane pads

WTG foundations

Substation building and installation

Cable ducting, installation and commissioning

Maintenance and protection of all installed items during construction phase

Site clearance of all materials, equipment etc

Snagging and defects lists

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

II.2.6) Estimated value

Value excluding VAT: آ£7,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The relevant selection criteria will be included in the SPD Scotland module.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-011521

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

27 August 2025

Local time

12:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

5 September 2025

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.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)


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

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 and answers 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 or 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 .

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at .

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.

A sub-contract clause has been included in this contract. For more information see:

Community benefits are included in this requirement. For more information see:

A summary of the expected community benefits has been provided as follows:

The examples provided should describe how your organisation has delivered community benefits on previous projects and how they

addressed the following issues:-

(a) generating employment and training opportunities for long-term unemployed people;

(b) providing training opportunities;

(c) development of trade skills in your existing workforce;

(d) equal opportunities recruitment procedures; and

(e) delivering environmental benefits

(SC Ref:805396)

Download the ESPD document here:

VI.4) Procedures for review

VI.4.1) Review body

Kirkwall Sheriff Court

Watergate

Kirkwall

KW15 1PD

Email

kirkwall [at] scotcourts.gov.uk

Telephone

+44 1856872110

Country

United Kingdom

Internet address

VI.4.2) Body responsible for mediation procedures

Sheriff Court

Watergate

Kirkwall

KW15 1DP

Email

kirkwall [at] scotcourts.gov.uk

Telephone

+44 1856872110

Country

United Kingdom

Internet address

VI.4.4) Service from which information about the review procedure may be obtained

Sheriff Court

Watergate

Kirkwall

KW15 1DP

Email

kirkwall [at] scotcourts.gov.uk

Telephone

+44 1856872110

Country

United Kingdom

Internet address