Construction Contract Leads
No location provided
Category Works
Type
No. of Lots 1
Status Active
Published 17th Dec 2025
| Reference | ocds-h6vhtk-05f7a8 |
| Common Procurement Vocabulary | Construction work |
| Procurement Method | Restricted procedure |
| Value | £5,000,000 |
No location provided
Category Works
Type
No. of Lots 1
Status Active
Published 17th Dec 2025
| Reference | ocds-h6vhtk-05f7a8 |
| Common Procurement Vocabulary | Construction work |
| Procurement Method | Restricted procedure |
| Value | £5,000,000 |
Section I: Contracting authority
I.1) Name and addresses
Orkney Islands Council
Council Offices, School Place
Kirkwall
KW15 1NY
Contact
Francis Learmonth
francis.learmonth [at] orkney.gov.uk
Telephone
+44 1856873535
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
http://www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://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
http://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
Proposed 25 House Development at Coplands Road Stromness
Reference number
50/0357/P006 - OIC/PROC/2214
II.1.2) Main CPV code
- 45000000 - Construction work
II.1.3) Type of contract
Works
II.1.4) Short description
The works comprises the construction of a 25 House Development at Garson, Stromness.
The Development is split over 2 adjacent serviced greenfield sites on Coplands Road. Site 1 – North comprises 2nr 2-bedroom semi-detached bungalows and 7nr 1-bedroom semi-detached bungalows. Site 2 – South comprises 4nr 2-bedroom semi-detached bungalows and 12nr 1-bedroom semi-detached bungalows.
II.1.5) Estimated total value
Value excluding VAT: £5,000,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45211340 - Multi-dwelling buildings construction work
II.2.3) Place of performance
NUTS codes
- UKM65 - Orkney Islands
Main site or place of performance
Garson, Stromness, Orkney
II.2.4) Description of the procurement
The project comprises the construction of a 25 House Development at Garson, Stromness. The Development is split over 2 adjacent serviced greenfield sites on Coplands Road. Site 1 – North comprises 2nr 2-bedroom semi-detached bungalows and 7nr 1-bedroom semi-detached bungalows. Site 2 – South comprises 4nr 2-bedroom semi-detached bungalows and 12nr 1-bedroom semi-detached bungalows.
The Contract will include obtaining approval from all required statutory bodies, including but not limited to local authority planning and building standards and utility/service provides, site works, boundary containment, landscaping, house construction and services within the curtilage of the sites. There will also be an element of external services and roads infrastructure, which includes forming new footpaths and integrating into existing roads infrastructure.
Initial housing designs, site layouts, drainage and roads engineering has already been completed for the development which the Contractor will be required to adhere to.
II.2.5) Award criteria
Quality criterion - Name: Quality Criterion / Weighting: 20
Price - Weighting: 80%
II.2.6) Estimated value
Value excluding VAT: £5,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
22
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
Objective criteria for choosing the limited number of candidates:
Expected limited number of available Contractors given the value of works and remote location of Local Authority
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
Project subject to approval by Council including confirmation of external funding and meeting funding criteria.
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
Suitably qualified and experienced contractors as detailed in the ITT Documentation.
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 detailed in the 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
23 January 2026
Local time
12:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
30 January 2026
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: 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 and all questions are to be considered 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) may bring proceeding in the Sheriff Court or Court of Session.
Tenderers are required to complete the SPD (Scotland) contained with 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.
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
Community Benefits are integral to the wider outcomes of the design and build project for house construction. Those to be considered to cover a range of sustainable building materials, resources, suppliers, contractors and sub-contractors, demonstrate their commitment to work placements, apprenticeship schemes, links with education, school trips etc consideration of impact on climate change in the delivery of this contract, across a range of related considerations including climate, waste, biodiversity, communities, equality and fair work.
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.
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Not applicable for anticipated market in this instance.
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
A summary of the expected community benefits has been provided as follows:
1. Employment and Skills Plan
2. Employment and Skills Plan Method Statement
3. Added Value Proposals
4. Fair Work Practices
(SC Ref:818371)
Download the ESPD document here:
VI.4) Procedures for review
VI.4.1) Review body
Kirkwall Sheriff Court
Watergate
Kirkwall
KW15 1PD
kirkwall [at] scotcourts.gov.uk
Telephone
+44 856872110
Country
United Kingdom
Internet address
VI.4.2) Body responsible for mediation procedures
Kirkwall Sheriff Court
Watergate
Kirkwall
KW15 1PD
kirkwall [at] scotcourts.gov.uk
Telephone
+44 856872110
Country
United Kingdom
Internet address
VI.4.4) Service from which information about the review procedure may be obtained
Kirkwall Sheriff Court
Watergate
Kirkwall
KW15 1PD
kirkwall [at] scotcourts.gov.uk
Telephone
+44 856872110
Country
United Kingdom
