Section one: Contracting authority
one.1) Name and addresses
Orkney Islands Council
Council Offices, School Place
Kirkwall
KW15 1NY
Contact
Nigel Fyffee
Telephone
+44 01856873535
Fax
+44 01856876158
Country
United Kingdom
NUTS code
UKM65 - Orkney Islands
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00369
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
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
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Measured Term Contract for the Orkney Mainland 2025 - 2028
Reference number
OIC/PROC/2076
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The works comprise;
a) Daily reactive maintenance, which may involve all building trades, to various properties.
b) Providing a 24 hour responsive repair service, with out of hours 365 day service.
c) Minor works, which may involve all building trades, to various properties.
d) Any building works or planned maintenance deemed suitable under the conditions of the Contract document within the Contract Area.
two.1.5) Estimated total value
Value excluding VAT: £3,750,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKM65 - Orkney Islands
Main site or place of performance
Various properties across the Orkney Mainland and by agreement with OIC on the outer isles.
two.2.4) Description of the procurement
The works are anticipated to commence in April 2025 and the contract duration will be three years or up to the tender value. The works comprise:- - Daily reactive maintenance, which may involve all building trades, to various properties. - Providing a 24 hour responsive repair service, with out of hours 365 day service. - Minor works, which may involve all building trades, to various properties. - Any building works deemed suitable under the conditions of the Contract document within the Contract Area. The proposed contract is valued at approximately GBP 3,750,000 and individual order value will range from GBP 30 to over GBP 10,000 approximately
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £3,750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Included in the SPD Module
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As specified in the invitation to tender documentation.
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 March 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
17 March 2025
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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 six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: December 2027
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The contract area is confined to the Orkney Mainland.
List of properties in the Contract Area in respect of which Orders may be issued:
1000 Houses
170 Miscellaneous non-domestic properties
11 Schools
Orkney College
2 Libraries
4 Care Homes and social care buildings
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 the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or Court of Session.
Tenderers should complete the SPD (Scotland) contained within the SPD Module attached to this notice
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=789646.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://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.
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
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:789646)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=789646
six.4) Procedures for review
six.4.1) Review body
Kirkwall Sheriff Court
Watergate
Kirkwall
KW15 1PD
Telephone
+44 1856872110
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Kirkwall Sherriff Court
Watergate
Kirkwall
KW15 1DP
Telephone
+44 1856872110
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
Kirkwall Sherriff Court
Watergate
Kirkwall
KW15 1DP
Telephone
+44 1856872110
Country
United Kingdom