Section one: Contracting authority
one.1) Name and addresses
Orkney Islands Council
Council Offices, School Place
Kirkwall
KW15 1NY
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.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
Provision of Development Management Environmental Advice
Reference number
OIC/PROC/1402
two.1.2) Main CPV code
- 71313420 - Environmental standards for construction
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority seeks to engage a suitably qualified and experienced environmental consultant “the Contractor” to provide expert technical and environmental advice and to assist with the environmental assessments under the provisions of respective legislation and in relation to a range of development types.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £500,000
two.2) Description
two.2.2) Additional CPV code(s)
- 90712000 - Environmental planning
- 71313000 - Environmental engineering consultancy services
- 90700000 - Environmental services
- 90711000 - Environmental impact assessment other than for construction
- 90713000 - Environmental issues consultancy services
two.2.3) Place of performance
NUTS codes
- UKM65 - Orkney Islands
two.2.4) Description of the procurement
The Development Management function of Orkney Islands Council (“the Authority”) as planning authority and competent authority has a duty to carry out a range of environmental assessments in relation to planning and other applications. The Authority seeks to engage a suitably qualified and experienced environmental consultant “the Contractor” to provide expert technical and environmental advice and to assist with the environmental assessments under the provisions of respective legislation and in relation to a range of development types.
The Contract duration will be from May 2022 for an initial period of 36 months. There will be two Authority held options to extend, each by 12 months.
Due to the nature of planning submissions, it is difficult to predict the timing, type or volume of applications received. Therefore, the Contractor may have periods where no work or assistance is required, but other periods were multiple and mixed application types are received concurrently and require attention, to meet respective statutory time periods.
The Contractor shall not be permitted to be involved in any planning application submitted to the Authority by either the Council or any third party during the term of the Contract.
two.2.5) Award criteria
Quality criterion - Name: Project Understanding / Weighting: 15
Quality criterion - Name: Project Methodology / Weighting: 25
Quality criterion - Name: Contract Management, Timescales and Specific Expertise / Weighting: 40
Price - Weighting: 20
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The Contractor shall not be permitted to be involved in any planning application submitted to the Authority by either the Council or any third party during the term of the Contract.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-006066
Section five. Award of contract
Contract No
OIC/PROC/1402
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
5 August 2022
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Lichfields
115 George Street
Edinburgh
EH2 4JN
Country
United Kingdom
NUTS code
- UKM75 - Edinburgh, City of
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £500,000
Total value of the contract/lot: £500,000
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 20 %
Short description of the part of the contract to be subcontracted
Sweco will be a sub-consultant to Lichfields for the provision of part iv) Habitats Regulations outlined in the Scope of Services in the ITT.
Section six. Complementary information
six.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 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.
(SC Ref:704674)
six.4) Procedures for review
six.4.1) Review body
Kirkwall Sheriff Court
Kirkwall
Country
United Kingdom