Section one: Contracting authority
one.1) Name and addresses
Orkney Islands Council
Council Offices, School Place
Kirkwall
KW15 1NY
Contact
Rosemary Colsell
rosemary.colsell@orkney.gov.uk
Telephone
+44 1856873535
Fax
+44 1856876158
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
Access to the procurement documents is restricted. Further information can be obtained 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
Framework Agreement for the Provision of Operated Plant hire and Plant Hire
Reference number
OIC/PROC/1227
two.1.2) Main CPV code
- 34920000 - Road equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
Orkney Islands Council (”the Authority”) has a requirement for the provision of operated plant hire and plant hire across all areas of Orkney.
two.1.5) Estimated total value
Value excluding VAT: £800,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Contractors may bid for one lot only or for any combination of lots
two.2) Description
two.2.1) Title
West Mainland
Lot No
2
two.2.2) Additional CPV code(s)
- 34133000 - Articulated trucks
- 16700000 - Tractors
- 34134000 - Flatbed and Tipper trucks
- 34142300 - Dumper trucks
- 34144400 - Road-maintenance vehicles
- 34144430 - Road-sweeping vehicles
- 43310000 - Civil engineering machinery
- 34138000 - Road tractor units
- 45500000 - Hire of construction and civil engineering machinery and equipment with operator
- 42414000 - Cranes, mobile lifting frames and works trucks fitted with a crane
- 43262100 - Mechanical excavators
two.2.3) Place of performance
NUTS codes
- UKM65 - Orkney Islands
Main site or place of performance
Orkney Islands
two.2.4) Description of the procurement
Orkney Islands Council (”the Authority”) has a requirement for the provision of operated plant hire and plant hire across all areas of Orkney. Lot 2 is West Mainland (Birsay, Evie, Rendall, Firth, Harray, Orphir, Sandwick, Stenness and Stromness). Each lot has 2 options – Option 1 operated plant hire and Option 2 plant hire.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £268,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
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
Please note that the estimated value of the contract for Lot 2 above is based on the 48 month duration of the contract.
two.2) Description
two.2.1) Title
Inner and South Isles
Lot No
3
two.2.2) Additional CPV code(s)
- 34133000 - Articulated trucks
- 16700000 - Tractors
- 34134000 - Flatbed and Tipper trucks
- 34142300 - Dumper trucks
- 34144400 - Road-maintenance vehicles
- 34144430 - Road-sweeping vehicles
- 43310000 - Civil engineering machinery
- 45500000 - Hire of construction and civil engineering machinery and equipment with operator
- 34138000 - Road tractor units
- 42414000 - Cranes, mobile lifting frames and works trucks fitted with a crane
- 43262100 - Mechanical excavators
two.2.3) Place of performance
NUTS codes
- UKM65 - Orkney Islands
Main site or place of performance
Orkney Islands
two.2.4) Description of the procurement
Orkney Islands Council (”the Authority”) has a requirement for the provision of operated plant hire and plant hire across all areas of Orkney. Lot 3 is Inner Isles (Shapinsay, Rousay, Egilsay & Wyre, Flotta, Hoy and Graemsay). Each lot has 2 options – Option 1 operated plant hire and Option 2 plant hire.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £136,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
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
Please note that the estimated value of the contract for Lot 3 above is based on the 48 month duration of the contract.
two.2) Description
two.2.1) Title
Outer Isles
Lot No
4
two.2.2) Additional CPV code(s)
- 34133000 - Articulated trucks
- 16700000 - Tractors
- 34134000 - Flatbed and Tipper trucks
- 34142300 - Dumper trucks
- 34144400 - Road-maintenance vehicles
- 34144430 - Road-sweeping vehicles
- 43310000 - Civil engineering machinery
- 45500000 - Hire of construction and civil engineering machinery and equipment with operator
- 34138000 - Road tractor units
- 42414000 - Cranes, mobile lifting frames and works trucks fitted with a crane
- 43262100 - Mechanical excavators
two.2.3) Place of performance
NUTS codes
- UKM65 - Orkney Islands
Main site or place of performance
Orkney Islands
two.2.4) Description of the procurement
Orkney Islands Council (”the Authority”) has a requirement for the provision of operated plant hire and plant hire across all areas of Orkney. Lot 4 is Outer Isles (Stronsay, Eday, Sanday, Westray, Papa Westray and North Ronaldsay). Each lot has 2 options – Option 1 operated plant hire and Option 2 plant hire.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £138,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
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
Please note that the estimated value of the contract for Lot 4 above is based on the 48 month duration of the contract.
two.2) Description
two.2.1) Title
East Mainland
Lot No
1
two.2.2) Additional CPV code(s)
- 16700000 - Tractors
- 34144400 - Road-maintenance vehicles
- 34138000 - Road tractor units
- 34144430 - Road-sweeping vehicles
- 42414000 - Cranes, mobile lifting frames and works trucks fitted with a crane
- 43262100 - Mechanical excavators
- 45500000 - Hire of construction and civil engineering machinery and equipment with operator
- 43310000 - Civil engineering machinery
- 34142300 - Dumper trucks
- 34142000 - Crane and dumper trucks
- 34133000 - Articulated trucks
- 34134000 - Flatbed and Tipper trucks
two.2.3) Place of performance
NUTS codes
- UKM65 - Orkney Islands
Main site or place of performance
Orkney Islands
two.2.4) Description of the procurement
Orkney Islands Council (”the Authority”) has a requirement for the provision of operated plant hire and plant hire across all areas of Orkney. Lot 1 is East Mainland (Kirkwall, St Ola, Burray, Deerness, Holm, South Ronaldsay and Tankerness). Each lot has 2 options – Option 1 operated plant hire and Option 2 plant hire.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £268,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
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
Please note that the estimated value of the contract for Lot 1 above is based on the 48 month duration of the contract.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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 detailed 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
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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
25 September 2024
Local time
12:00pm
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)
four.2.7) Conditions for opening of tenders
Date
25 September 2024
Local time
2:00pm
Place
TEAMS
Information about authorised persons and opening procedure
Opened by 3 Officers with Delegated Procurement Authority, in accordance with the Contract Standing Orders
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: July / August 2028
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
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 may bring proceedings in the Sheriff Court of Court of Session. An Electronic SPD must be completed and submitted via the Public Contracts Scotland Web Portal as part of a bidders submission.
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=775146.
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:
Bidders are required to set out their approach to delivering wider Community Benefits through the contract period, which is defined as how you will provide additional social value from the public spend associated with the contract.
This could include how you will support a range of social, economic and environmental benefits for the Orkney community including through the creation of new jobs, apprenticeships and local charity and community initiatives.
(SC Ref:775146)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=775146
six.4) Procedures for review
six.4.1) Review body
Kirkwall Sherriff Court
Watergate
Kirkwall
KW15 1DP
Telephone
+44 1856872110
Country
United Kingdom
Internet address
https://www.scotcourts.gov.uk/
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