Construction Tenders

Sun May 19 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 8th May 2024

Tender Details
Referenceocds-h6vhtk-0457de
Common Procurement VocabularyArchitectural, engineering and surveying services
Procurement MethodOpen procedure
Value£243,000
More Tenders »

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 8th May 2024

Tender Details
Referenceocds-h6vhtk-0457de
Common Procurement VocabularyArchitectural, engineering and surveying services
Procurement MethodOpen procedure
Value£243,000

Section I: Contracting authority

I.1) Name and addresses

Orkney Islands Council

School Place, Kirkwall

Kirkwall

KW15 1NY

Contact

Bruce Pinkerton

Email

bruce.pinkerton [at] orkney.gov.uk

Telephone

+44 1856873535

Fax

+44 1856876158

Country

United Kingdom

NUTS code

UKM65 - Orkney Islands

Internet address(es)

Main address

http://www.orkney.gov.uk

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

Conservation Surveying Services and Architectural Services 2024-2029

II.1.2) Main CPV code

  • 71250000 - Architectural, engineering and surveying services

II.1.3) Type of contract

Services

II.1.4) Short description

The focus of this procurement will be on the delivery of full and interim quinquennial inspections at the Cathedral, over a period of 5 years after which the procurement of these services will commence again. The intention is to undertake the one-off inspections to other historical properties within the first year or two of the contract. This will provide a clear picture of future commitments to facilitate improved budgeting and planning of works.

II.1.5) Estimated total value

Value excluding VAT: £243,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKM65 - Orkney Islands
Main site or place of performance

St Magnus Cathedral and other Heritage properties within Orkney

II.2.4) Description of the procurement

St Magnus Cathedral

Measured survey and delivery of scaled drawings

Full Quinquennial inspection, 2024

Interim Quinquennial inspection, 2029

Up to 4 other heritage properties - Measured surveys as above complete with inspection, report and long term costed plans of work

Undefined architectural services to develop projects potentially from stage 2-4

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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

As set out within the SPD

III.1.2) Economic and financial standing

List and brief description of selection criteria

Selection criteria as stated in the SPD

Minimum level(s) of standards possibly required

Selection criteria as stated in the SPD

III.1.3) Technical and professional ability

List and brief description of selection criteria

Selection criteria as stated in the SPD

Minimum level(s) of standards possibly required

Selection criteria as stated in the SPD

III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Selection criteria as stated in the SPD

III.2.2) Contract performance conditions

As set out within the contract documents.

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

Open 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 June 2024

Local time

12:00pm

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)

IV.2.7) Conditions for opening of tenders

Date

7 June 2024

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Re-tender will be in 2029 if fully delivered in accordance with the terms of the contract, but may be sooner should any of the parties opt to terminate the contract early, or if full available contract value is met before the conclusion of the 5-year term

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

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=749887.

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.

(SC Ref:749887)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=749887

VI.4) Procedures for review

VI.4.1) Review body

Kirkwall Sheriff Court

Watergate

Kirkwall

KW15 1PD

Telephone

+44 1856872110

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

Kirkwall Sheriff Court

Watergate

Kirkwall

KW15 1PD

Telephone

+44 1856872110

Country

United Kingdom

VI.4.4) Service from which information about the review procedure may be obtained

Kirkwall Sheriff Court

Watergate

Kirkwall

KW15 1PD

Telephone

+44 1856872110

Country

United Kingdom