Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Orkney Islands Council
Council Offices, School Place
Kirkwall
KW15 1NY
UK
Telephone: +44 01856873535
E-mail: bruce.pinkerton@orkney.gov.uk
Fax: +44 01856876158
NUTS: UKM65
Internet address(es)
Main address: http://www.orkney.gov.uk
Address of the buyer profile: 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 abovementioned address
Tenders or requests to participate must be sent electronically to:
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
Provision of Business Gateway Services in Orkney
Reference number: OIC/PROC/1554
II.1.2) Main CPV code
79411100
II.1.3) Type of contract
Services
II.1.4) Short description
Orkney Islands Council wishes to engage a single contractor with the competence, capability and capacity to deliver two separate programmes of Business Gateway Services. Firstly, the provision of business support services for the Business Gateway Service in Orkney, and secondly the provision of the Council funded Business Improvement and Growth Service (‘BIG Service’).
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79400000
79410000
79411100
II.2.3) Place of performance
NUTS code:
UKM65
II.2.4) Description of the procurement
In liaison with the local Business Gateway Manager, delivery of the Business Gateway and additional BIG Service funded support will largely be through:
-one-to-one consultancy, principally undertaken at the Business Gateway office in Kirkwall, but occasionally at a client’s premises; and
-workshops and specialist events – at suitable venues arranged by the contractor, run in Kirkwall, Stromness and in remoter areas around the islands (subject to local demand).
Additional information on the service requirement is contained within the attached documentation.
At the time of tender issue, it is anticipated that the maximum overall contract value which includes the potential periods of extension to 02 December 2027 is GBP405,500 although no guarantee is given as to actual expenditure. The budget across each service is as follows:
Programme 1 Core Service – up to GBP277,500 exclusive of VAT over the initial term of the contract (36 months) and including the potential contract extensions (two periods of 12 months).
Programme 2 BIG Service – up to GBP128,000 exclusive of VAT over the initial term of the contract (36 months) and including the potential contract extensions (two periods of 12 months). This budget is discretionary and not guaranteed.
No guarantee is given as to actual expenditure.
Bids that exceed the budget will not be considered.
II.2.5) Award criteria
Criteria below:
Quality criterion: Service Delivery
/ Weighting: 45
Quality criterion: Contract Management
/ Weighting: 20
Quality criterion: Contract Implementation
/ Weighting: 5
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
405 500.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
03/12/2022
End:
02/12/2025
This contract is subject to renewal: Yes
Description of renewals:
Two Authority held options to extend by a further 12 months per option.
II.2.9) Information about the limits on the number of candidates to be invited
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
II.2.14) Additional information
The contract will consist as follows:
Programme 1 for the Core service of Business Gateway Services and Programme 2 for the Enhanced Business Growth Support Services
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 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:
16/09/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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:
16/09/2022
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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.
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=703110.
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:703110)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=703110
VI.4) Procedures for review
VI.4.1) Review body
Kirkwall Sheriff Court
Kirkwall
UK
VI.5) Date of dispatch of this notice
16/08/2022