91ÃÛÌÒÊÓÆµ

Construction Tenders

18 December 2025

Related Information

Construction Contract Leads

No location provided

Category Goods

Type

No. of Lots 1

Status Active

Published 18th Nov 2025

Tender Details
Referenceocds-h6vhtk-05e381
Common Procurement VocabularyShips and boats
Procurement MethodRestricted procedure
Value£100,000,000
« Previous Page

No location provided

Category Goods

Type

No. of Lots 1

Status Active

Published 18th Nov 2025

Tender Details
Referenceocds-h6vhtk-05e381
Common Procurement VocabularyShips and boats
Procurement MethodRestricted procedure
Value£100,000,000

Section I: Contracting entity

I.1) Name and addresses

Orkney Islands Council (Harbour Authority)

Council Offices, School Place

Kirkwall

KW15 1NY

Contact

Rosemary Colsell

Email

rosemary.colsell [at] orkney.gov.uk

Telephone

+44 1856873535

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.6) Main activity

Port-related activities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of Shipyard Detailed Design and Build Contract RoPax Vessels

Reference number

OIC/PROC/2248

II.1.2) Main CPV code

  • 34500000 - Ships and boats

II.1.3) Type of contract

Supplies

II.1.4) Short description

Orkney Islands Council has a requirement for a suitably qualified Contractor to complete a Shipyard Detailed Design and Build Contract for three new RoPax Vessels with an option for a fourth vessel to the same design.

II.1.5) Estimated total value

Value excluding VAT: £100,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 34510000 - Ships
  • 34512000 - Ships and similar vessels for the transport of persons or goods
  • 34512100 - Ferry boats

II.2.3) Place of performance

NUTS codes
  • UKM65 - Orkney Islands

II.2.4) Description of the procurement

Orkney Islands Council has a requirement for a suitably qualified Contractor to complete a Shipyard Detailed Design and Build Contract for RoPax vessels, three identical new RoPax Vessels with an option for a fourth vessel to the same design.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

II.2.6) Estimated value

Value excluding VAT: £100,000,000

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

Duration in months

60

This contract is subject to renewal

No

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

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

Responses to the SPD(S) will be assessed, as stated in the SPD documentation. The highest ranked bidders will be invited to Stage 2 of the process, up to a maximum of 6 tenderers.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

Contract is for three vessels with an option for a fourth vessel.

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.2.14) Additional information

Contract Value is within the range of 75000000 to 100000000 GBP and includes the additional option of a fourth vessel.


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

As detailed in the SPD and documentation.

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.1.6) Deposits and guarantees required

Bank Guarantees are required and will be detailed in the Invitation to Tender documnetation

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Installment payments and delivery payments in accordance with the terms and conditions of the Contract as detailed in the Invitation to Tender documentation.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As detailed in the Invitation to Tender documentation.

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

Date

9 January 2026

Local time

12:00pm

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

26 January 2026

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: 6 (from the date stated for receipt of tender)


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: This procurement is Phase 1 of Orkney's Ferry Replacement Programme and Phase 2 is anticipated to include the procurement of further RoPax Vessels within the next 2 years.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Envisaged number of candidates: 6. Objective criteria for choosing the limited number of candidates is detailed in the Appendix A to the contract notice document. Orkney Islands Council is committed to encouraging Fair Work Practices from their Suppliers and Contractors and bidders will be required to provide details of their organisation's policies and practices that demonstrate how their organisation addresses Fair Work Practices. 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 submissions at the SPD stage or Tenders at the Invitation to Tender stage will not be considered by the Council and all questions are to be submitted via the Question and Answer 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.

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

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 Orkney Ferries directly employed seafarer posts, and passenger and freight services provided. Training of sea and shore staff in used of new equipment and maintenance. As a consequence there will be an increase of knowledge base of local suppliers due to new vessels having modern technology and therefore a requirement for a higher level of shore side backup for these vessels - both directly employed and via local contractors.

Running costs and whole life cycle costs incorporated into the specification may also be considered.

Employment and welfare consideration with a requirement to meet the Health and Safety and Employment legislation and Fair Work practices equivalent requirements of the Country of construction. Bidders will be required to outline their approach to community benefits as a non scored response and the Contracting Authority will welcome innovative proposals such as apprentice and student outreach. If successful, the winning bidder will be required to discuss the content of their community benefit proposal and agree a plan for delivery which will become a condition of the contract.

(SC Ref:816015)

Download the ESPD document here:

VI.4) Procedures for review

VI.4.1) Review body

Kirkwall Sheriff Court

Watergate

Kirkwall

KW15 1DP

Email

kirkwall [at] scotcourts.gov.uk

Telephone

+44 1856872110

Country

United Kingdom

Internet address

VI.4.2) Body responsible for mediation procedures

Kirkwall 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

Kirkwall Sheriff Court

Watergate

Kirkwall

KW15 1DP

Email

kirkwall [at] scotcourts.gov.uk

Telephone

+44 1856872110

Country

United Kingdom

Internet address