Marine Bunkering Services Opportunity in Orkney
Orkney Islands Council has identified a market need for a Low Sulphur Marine Gas Oil bunkering supply operation to be established at its Harbour Authority ports of Kirkwall and Scapa Flow for the purposes of bunkering vessels either berthed or at anchor.
United Kingdom-Kirkwall: Ship refuelling services
2014/S 194-343472
Contract notice – utilities
Supplies
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Orkney Islands Council
Council Offices, School Place
Contact point(s): Corporate Services — Procurement
For the attention of: Rosemary Colsell
KW15 1NY Kirkwall
UNITED KINGDOM
Telephone: +44 1856873535
E-mail: rosemary.colsell@orkney.gov.uk
Internet address(es):
General address of the contracting entity: http://www.orkneyharbours.com
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11522
Electronic access to information: http://www.publiccontractsscotland.gov.uk/
Electronic submission of tenders and requests to participate: http://www.publiccontractsscotland.gov.uk/
Further information can be obtained from: Orkney Islands Council (Harbour Authority)
Harbour Authority Building, Scapa
Contact point(s): Development and Infrastructure — Marine Services
For the attention of: Michael Morrison
KW15 1SD Orkney
UNITED KINGDOM
Telephone: +44 1856885219
E-mail: michael.morrison@orkney.gov.uk
Internet address: http://www.orkneyharbours.com
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: Orkney Islands Council
Council Offices , School Place
Contact point(s): Corporate Services — Procurement
For the attention of: Rosemary Colsell
KW15 1NY Kirkwall
UNITED KINGDOM
Telephone: +44 1856873535
E-mail: rosemary.colsell@orkney.gov.uk
Internet address: http://www.orkney.gov.uk
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Main activity
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting entity:
II.1.2)Type of contract and location of works, place of delivery or of performance
Purchase
Main site or location of works, place of delivery or of performance: Kirkwall.
NUTS code UKM65
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s):
No payments will be made to the Contractor in terms of supply or services provided under the contract. The delivery of the Bunkering supply operation will be at the sole expense and commercial risk of the Contractor as the supplying organisation. However, in lieu of payment, the Council anticipates offering preferential terms on a range of services and facilities; including assured berthing arrangements, compound harbour dues, marketing support and information, risk assessment support and market analysis. Such preferential terms will be detailed in the Invitation to Tender documentation.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site athttp://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=318049
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available athttp://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.
II.1.6)Common procurement vocabulary (CPV)
63721400, 09100000, 63721100, 09134000
II.1.7)Information about Government Procurement Agreement (GPA)
II.2.1)Total quantity or scope:
II.2.2)Information about options
Description of these options: The contract duration will be for 2 years with an option to extend for a further 3 x 12 months periods up until a period of 5 years.
Provisional timetable for recourse to these options:
in months: 21 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: 3
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.4)Other particular conditions:
Description of particular conditions: Conditions of contract will be referred to in the tender documents.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.3.1)File reference number attributed by the contracting entity:
IV.3.3)Conditions for obtaining specifications and additional documents
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.3)Additional information:
Candidates should note that the Council reserves the right to cancel the procurement at any stage and not award a contract. The expenditure, work or effort undertaken to contract award is accordingly a matter for the commercial judgement of candidates.
The contract duration stated in the restricted contract procedure timescales is for 5 years which refers to the initial 24 months and includes the 3 x 12 months options to extend.
(SC Ref:318049)
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: