猛料视频

Construction Tenders

23 October 2025

Related Information

Construction Contract Leads

United Kingdom

Category Goods

Type

No. of Lots 1

Status Active

Published 20th Aug 2025

Tender Details
Referenceocds-h6vhtk-058bac
Common Procurement VocabularyBoats
Procurement MethodOpen procedure
Value£1,400,000
« Previous Page

United Kingdom

Category Goods

Type

No. of Lots 1

Status Active

Published 20th Aug 2025

Tender Details
Referenceocds-h6vhtk-058bac
Common Procurement VocabularyBoats
Procurement MethodOpen procedure
Value£1,400,000

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

Supply of a Second Hand 24m Landing Craft Type Vessel

Reference number

OIC/PROC/2198

II.1.2) Main CPV code

  • 34520000 - Boats

II.1.3) Type of contract

Supplies

II.1.4) Short description

The Authority seeks to secure the purchase of a 24 metre steel-hulled landing craft type vessel.

II.1.5) Estimated total value

Value excluding VAT: 拢1,400,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 34512000 - Ships and similar vessels for the transport of persons or goods
  • 34521000 - Specialised boats

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Orkney Islands

II.2.4) Description of the procurement

This procurement exercise seeks to secure the purchase of a ~24-metre steel-hulled landing craft type vessel. The proposal to purchase a ~24-metre steel-hulled landing craft aims to strengthen service resilience by introducing an additional vessel capable of supporting freight movement and providing contingency cover in the event of breakdowns or unplanned maintenance elsewhere in the fleet. While the vessel will primarily be a workboat, it should be able to accommodate a limited number of passengers鈥攗p to 12鈥攚here appropriate. However, this would not be intended for routine passenger service and would not therefore address accessibility challenges for people with restricted mobility.

II.2.5) Award criteria

Quality criterion - Name: Vessel Description and Capability / Weighting: 25

Quality criterion - Name: Condition Survey / Weighting: 20

Quality criterion - Name: Sea Trials / Weighting: 25

Price - Weighting: 30

II.2.6) Estimated value

Value excluding VAT: 拢1,400,000

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

Duration in months

1

This contract is subject to renewal

No

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.2.14) Additional information

The anticipated Contract Duration from award of contract to delivery of the vessel, will be one month and must be completed by the end of March 2026. The budget for the purchase of the vessel is 1,200,000 GBP with a maximum of 1,400,000 GBP


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 Invitation to Tender 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.2) Conditions related to the contract

III.2.2) Contract performance conditions

As detailed in the contract documentation


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open 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

22 September 2025

Local time

12:00pm

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)

IV.2.7) Conditions for opening of tenders

Date

22 September 2025

Local time

12:00pm

Place

Via TEAMS

Information about authorised persons and opening procedure

Tender opening carried out by 3 Officers with Delegated Procurement Authority including a Service Manager from Procurement/Engineering or Capital Projects.


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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

Orkney Islands Council reserves the right to cancel the procurement at ay 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 the contract advertisement on PCS.

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.

(SC Ref:807573)

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