Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 5th Feb 2025
Reference | ocds-h6vhtk-04dbfb |
Common Procurement Vocabulary | Repair and maintenance services |
Procurement Method | Restricted procedure |
Value | £3,750,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 5th Feb 2025
Reference | ocds-h6vhtk-04dbfb |
Common Procurement Vocabulary | Repair and maintenance services |
Procurement Method | Restricted procedure |
Value | £3,750,000 |
Section I: Contracting authority
I.1) Name and addresses
Orkney Islands Council
Council Offices, School Place
Kirkwall
KW15 1NY
Contact
Nigel Fyffee
nigel.fyffe [at] orkney.gov.uk
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
I.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
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Measured Term Contract for the Orkney Mainland 2025 - 2028
Reference number
OIC/PROC/2076
II.1.2) Main CPV code
- 50000000 - Repair and maintenance services
II.1.3) Type of contract
Services
II.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.
II.1.5) Estimated total value
Value excluding VAT: £3,750,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
II.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.
II.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
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.6) Estimated value
Value excluding VAT: £3,750,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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
Included in the SPD Module
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 specified in the invitation to tender documentation.
III.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 IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted 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
7 March 2025
Local time
12:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
17 March 2025
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)
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: December 2027
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
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
VI.4) Procedures for review
VI.4.1) Review body
Kirkwall Sheriff Court
Watergate
Kirkwall
KW15 1PD
kirkwall [at] scotcourts.gov.uk
Telephone
+44 1856872110
Country
United Kingdom
Internet address
VI.4.2) Body responsible for mediation procedures
Kirkwall Sherriff Court
Watergate
Kirkwall
KW15 1DP
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 Sherriff Court
Watergate
Kirkwall
KW15 1DP
kirkwall [at] scotcourts.gov.uk
Telephone
+44 1856872110
Country
United Kingdom