Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 6th Jun 2025
Reference | ocds-h6vhtk-05445e |
Common Procurement Vocabulary | Composition and purity testing and analysis services |
Procurement Method | Open procedure |
Value | £300,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 6th Jun 2025
Reference | ocds-h6vhtk-05445e |
Common Procurement Vocabulary | Composition and purity testing and analysis services |
Procurement Method | Open procedure |
Value | £300,000 |
Section I: Contracting entity
I.1) Name and addresses
Orkney Islands Council (Harbour Authority)
Council Offices, School Place
Kirkwall
KW15 1NY
Contact
Denise Link
Denise.link [at] orkney.gov.uk
Telephone
+44 1856873535
Country
United Kingdom
NUTS code
UKM65 - Orkney Islands
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
I.6) Main activity
Port-related activities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Invitation to Tender for the Provision of Aquatic Sample Processing and Taxonomic Determination
Reference number
OIC/PROC/2178
II.1.2) Main CPV code
- 71610000 - Composition and purity testing and analysis services
II.1.3) Type of contract
Services
II.1.4) Short description
Orkney Islands Council, Marine Services are seeking to appoint a suitably qualified and experienced contractor for the provision of sample processing and taxonomic determination for a 3-year period (with the option to extend for a further 2 x 12 months). The Contract will commence on 4 August 2025.
II.1.5) Estimated total value
Value excluding VAT: آ£300,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 71600000 - Technical testing, analysis and consultancy services
- 71630000 - Technical inspection and testing services
- 71632000 - Technical testing services
- 71900000 - Laboratory services
- 73111000 - Research laboratory services
II.2.3) Place of performance
NUTS codes
- UKM65 - Orkney Islands
II.2.4) Description of the procurement
Orkney Island Council, Marine Services conducts marine non-native species monitoring as part of its Ballast Water Management Policy (adopted December 2013). During this monitoring programme samples are collected from several locations within Scapa Flow, Orkney. In addition, samples are also collected from visiting yacht mooring (buoys and mooring chains).
One overall tender is required for the following, split as detailed below:
Project 1 - Non-native species monitoring programme (Option A and Option B).
Project 2 - Visiting Yacht Mooring surveys.
II.2.5) Award criteria
Quality criterion - Name: Project Understanding and Requirements / Weighting: 25
Quality criterion - Name: Project Methodology and Specific Expertise / Weighting: 45
Quality criterion - Name: Fair Work First / Weighting: 0
Price - Weighting: 30
II.2.6) Estimated value
Value excluding VAT: آ£300,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
4 August 2025
End date
3 August 2028
This contract is subject to renewal
Yes
Description of renewals
2 x 12 months extensions, subject to satisfactory contractor performance.
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
The relevant selection criteria will be included in the SPD Scotland module.
III.1.2) Economic and financial standing
List and brief description of selection criteria
The relevant selection criteria will be included in the SPD Scotland module.
III.1.3) Technical and professional ability
List and brief description of selection criteria
The relevant selection criteria will be included in the SPD Scotland module.
III.2) Conditions related to the contract
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.2.1) Previous publication concerning this procedure
Notice number: 2020/S 104-252611
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
8 July 2025
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
8 July 2025
Local time
12:00pm
Place
PCS Postbox opening via Teams
Information about authorised persons and opening procedure
Three Officers with delegated authority.
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: May / June 2030
VI.2) Information about electronic workflows
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 Sessions.
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 .
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at .
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:800989)
Download the ESPD document here:
VI.4) Procedures for review
VI.4.1) Review body
Sheriffs Court
Watergate
Kirkwall
KW15 1PD
Telephone
+44 01856872110
Country
United Kingdom