Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Orkney Islands Council
Council Offices, School Place
Kirkwall
KW15 1NY
UK
Contact person: Denise Link
Telephone: +44 01856873535
E-mail: Denise.link@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 Food Law Intervention Services
Reference number: OIC/PROC/2170
II.1.2) Main CPV code
90700000
II.1.3) Type of contract
Services
II.1.4) Short description
Orkney Islands Council as the Competent Food Authority for the County of Orkney is inviting tenders for the provision of programmed food law interventions at food businesses throughout the county of Orkney. The contract will run over a period of up to three years, with activity being commissioned as a planned programme of visits over the course of the three-year period.
II.1.5) Estimated total value
Value excluding VAT:
250 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90700000
90714000
90711200
II.2.3) Place of performance
NUTS code:
UKM65
Main site or place of performance:
Orkney Islands
II.2.4) Description of the procurement
Orkney Islands Council as the Competent Food Authority for the County of Orkney is inviting tenders for the provision of programmed food law interventions at food businesses throughout the county of Orkney. The contract will run over a period of up to three years, with activity being commissioned as a planned programme of visits over the course of the three-year period.
In this document, unless otherwise stated the term “food law” includes food hygiene, food safety and food standards.
The provision of service covers the inspection for compliance with food law of allocated food businesses in groups 3, 2 and 1 but not the inspection of approved premises. It covers premises that will be due a routine programmed intervention during the period 01 April 2025 to 31 March 2028 and some legacy premises. It includes undertaking post inspection actions including preparation of a letter for premises owners and updating the Council’s computerised case management system (currently Civica APP).
II.2.5) Award criteria
Criteria below:
Quality criterion: Service Delivery
/ Weighting: 30
Quality criterion: Reporting Mechanisms
/ Weighting: 10
Quality criterion: Project Management and Timescales
/ Weighting: 30
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
250 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
15/08/2025
End:
14/08/2028
This contract is subject to renewal: No
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
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:
14/07/2025
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:
14/07/2025
Local time: 14:00
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:
No
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 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=801525.
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:801525)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=801525
VI.4) Procedures for review
VI.4.1) Review body
Sheriffs Court
Watergate
Kirkwall
KW15 1PD
UK
Telephone: +44 01856872110
VI.5) Date of dispatch of this notice
12/06/2025