An official website of the European Union
All official European Union website addresses are in the europa.eu domain.
български (BG)
español (ES)
čeština (CS)
dansk (DA)
deutsch (DE)
eesti (ET)
ελληνικά (EL)
english (EN)
français (FR)
gaeilge (GA)
hrvatski (HR)
italiano (IT)
latviešu (LV)
lietuvių (LT)
magyar (HU)
malti (MT)
nederlands (NL)
polski (PL)
português (PT)
română (RO)
slovenčina (SK)
slovenščina (SL)
suomi (FI)
svenska (SV)
Successfully signed out
You are signed out of the TED application, but you 're still logged in to EU Login. If you wish to logout of EU Login, please click here
296716-2019 - Competition
Notice View
Summary
I.1.
Name and addresses
Official name: Scottish Borders Council
Official name: Scottish Borders Council
Postal address: Council Headquarters
Town: Newtown St Boswells
NUTS code: UK United Kingdom
Postal code: TD6 0SA
Country: United Kingdom
E-mail: procurement@scotborders.gov.uk
Telephone: +44 1835824000
Fax: +44 1835825150
Internet address(es):
Main address: http://www.scotborders.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00394
I.1.
Name and addresses
Official name: Borders College
Official name: Borders College
Postal address: Scottish Borders Campus, Nether Road
Town: Galashiels
NUTS code: UKM91 Scottish Borders
Postal code: TD1 3HE
Country: United Kingdom
E-mail: pchandy@borderscollege.ac.uk
Telephone: +44 8700505152
Fax: +44 1896758179
Internet address(es):
Main address: www.borderscollege.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00242
I.1.
Name and addresses
Official name: Scottish Borders Housing Association
Official name: Scottish Borders Housing Association
Postal address: South Bridge House, Whinfield Road
Town: Selkirk
NUTS code: UKM91 Scottish Borders
Postal code: TD7 5DT
Country: United Kingdom
E-mail: enquiries@sbha.org.uk
Telephone: +44 1750724444
Fax: +44 1750724445
Internet address(es):
Main address: http://www.sbha.org.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11442
I.1.
Name and addresses
Official name: Scottish Public Pensions Agency
Official name: Scottish Public Pensions Agency
Postal address: 7 Tweedside Park, Tweedbank
Town: Galashiels
NUTS code: UKM91 Scottish Borders
Postal code: TD1 3TE
Country: United Kingdom
E-mail: Michelle.Lee@gov.scot
Telephone: +44 1896893000
Internet address(es):
Main address: http://www.sppa.gov.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00385
I.1.
Name and addresses
Official name: Berwickshire Housing Association Ltd
Official name: Berwickshire Housing Association Ltd
Postal address: 55 Newtown Street, Duns
Town: Berwickshire
NUTS code: UKM91 Scottish Borders
Postal code: TD11 3AU
Country: United Kingdom
Telephone: +44 1361884000
Fax: +44 1361883404
Internet address(es):
Main address: http://www.berwickshirehousing.org.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA15982
I.5.
Main activity
General public services
General public services
II.1.1.
Title
Repairs and Maintenance (Trades) Framework
Reference number: SBC/CPS/1601
II.1.2.
Main CPV code
45262600 Miscellaneous special-trade construction work
45262600 Miscellaneous special-trade construction work
II.1.3.
Type of contract
Services
Services
II.1.5.
Estimated total value
Value excluding VAT: 19 000 000,00 GBP
Value excluding VAT: 19 000 000,00 GBP
II.1.6.
Information about lots
This contract is divided into lots: yes
This contract is divided into lots: yes
II.2.1.
Title
Electrical
Lot No: 1
II.2.2.
Additional CPV code(s)
50000000 Repair and maintenance services
50000000 Repair and maintenance services
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
II.2.6.
Estimated value
Value excluding VAT: 2 750 000,00 GBP
Value excluding VAT: 2 750 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This framework is being awarded initially for a 24 month period with the option to be renewed annually for a 12 month period and then a final 12 month period. The maximum duration of the framework is 48 months.
II.2.1.
Title
One Stop Multiple Trades Repair Service
Lot No: 18
II.2.2.
Additional CPV code(s)
45262600 Miscellaneous special-trade construction work, 45262000 Special trade construction works other than roof works, 45260000 Roof works and other special trade construction works, 45421000 Joinery work, 44220000 Builders' joinery, 44221100 Windows, 44221110 Window frames, 45421110 Installation of door and window frames, 45421100 Installation of doors and windows and related components, 45332200 Water plumbing work, 45330000 Plumbing and sanitary works
45262600 Miscellaneous special-trade construction work, 45262000 Special trade construction works other than roof works, 45260000 Roof works and other special trade construction works, 45421000 Joinery work, 44220000 Builders' joinery, 44221100 Windows, 44221110 Window frames, 45421110 Installation of door and window frames, 45421100 Installation of doors and windows and related components, 45332200 Water plumbing work, 45330000 Plumbing and sanitary works
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
II.2.6.
Estimated value
Value excluding VAT: 650 000,00 GBP
Value excluding VAT: 650 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This lot has the option to be renewed for a 12 month period and then a further and final 12 month period when the initial 12 month period expires.
II.2.1.
Title
Network Cabling
Lot No: 17
II.2.2.
Additional CPV code(s)
30237110 Network interfaces, 32412000 Communications network, 32412100 Telecommunications network, 32412110 Internet network, 32412120 Intranet network, 32410000 Local area network
30237110 Network interfaces, 32412000 Communications network, 32412100 Telecommunications network, 32412110 Internet network, 32412120 Intranet network, 32410000 Local area network
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
II.2.6.
Estimated value
Value excluding VAT: 200 000,00 GBP
Value excluding VAT: 200 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This lot has the option to be renewed for a 12 month period and then a fin al 12 month period when the initial 24 month period expires.
II.2.1.
Title
Arboricultural Services - Stump Grinding
Lot No: 16
II.2.2.
Additional CPV code(s)
03400000 Forestry and logging products, 77210000 Logging services, 76443000 Other logging services, 76442000 Open hole logging services, 03419000 Timber, 77211100 Timber harvesting services
03400000 Forestry and logging products, 77210000 Logging services, 76443000 Other logging services, 76442000 Open hole logging services, 03419000 Timber, 77211100 Timber harvesting services
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
II.2.6.
Estimated value
Value excluding VAT: 100 000,00 GBP
Value excluding VAT: 100 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This Lot has the option to be extended for a further 12 month and the a further 12 months when the initial 24 month duration expires.
II.2.1.
Title
Handy Person Services
Lot No: 14
II.2.2.
Additional CPV code(s)
60183000 Hire of vans with driver, 60182000 Hire of industrial vehicles with driver, 60181000 Hire of trucks with driver, 39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products, 45421000 Joinery work
60183000 Hire of vans with driver, 60182000 Hire of industrial vehicles with driver, 60181000 Hire of trucks with driver, 39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products, 45421000 Joinery work
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
II.2.6.
Estimated value
Value excluding VAT: 65 000,00 GBP
Value excluding VAT: 65 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This lot has the option to be extended for a further 12 months and then a further and final 1q2 months when the initial 24 month period expires.
II.2.1.
Title
Alarms, Entry Systems, CCTV
Lot No: 13
II.2.2.
Additional CPV code(s)
35121700 Alarm systems, 31625300 Burglar-alarm systems, 35125300 Security cameras
35121700 Alarm systems, 31625300 Burglar-alarm systems, 35125300 Security cameras
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
II.2.6.
Estimated value
Value excluding VAT: 1 500 000,00 GBP
Value excluding VAT: 1 500 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This lot has the option to be extended for a 12 month period and then a further and final 12 month period when the initial 24 month period expires.
II.2.1.
Title
Painter/Decorator, Flooring, Blinds
Lot No: 12
II.2.2.
Additional CPV code(s)
39531400 Carpeting, 39531310 Carpet tiles, 39531300 Tufted carpeting, 39531100 Knotted carpeting, 39530000 Carpets, mats and rugs, 39531000 Carpets, 39534000 Industrial carpeting, 39515410 Interior blinds, 39515000 Curtains, drapes, valances and textile blinds, 44115700 Exterior blinds, 39515440 Vertical blinds, 44111400 Paints and wallcoverings, 44810000 Paints, 39298900 Miscellaneous decoration items, 45451000 Decoration work
39531400 Carpeting, 39531310 Carpet tiles, 39531300 Tufted carpeting, 39531100 Knotted carpeting, 39530000 Carpets, mats and rugs, 39531000 Carpets, 39534000 Industrial carpeting, 39515410 Interior blinds, 39515000 Curtains, drapes, valances and textile blinds, 44115700 Exterior blinds, 39515440 Vertical blinds, 44111400 Paints and wallcoverings, 44810000 Paints, 39298900 Miscellaneous decoration items, 45451000 Decoration work
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
II.2.6.
Estimated value
Value excluding VAT: 2 800 000,00 GBP
Value excluding VAT: 2 800 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This lot will have the option to be extended for a 12 month period and then a further 12 months when the initial 24 month duration expires.
II.2.1.
Title
Blacksmith, Metal Fabricators
Lot No: 11
II.2.2.
Additional CPV code(s)
71550000 Blacksmith services
71550000 Blacksmith services
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
II.2.6.
Estimated value
Value excluding VAT: 400 000,00 GBP
Value excluding VAT: 400 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This lot will have the option to be extended for a 12 month period and then a final 12 months when the initial 24 month duration expires.
II.2.1.
Title
Preservation, Windows, Glazier, Fencing
Lot No: 10
II.2.2.
Additional CPV code(s)
44220000 Builders' joinery, 45421000 Joinery work, 45420000 Joinery and carpentry installation work, 45421150 Non-metal joinery installation work, 45421130 Installation of doors and windows, 45421132 Installation of windows, 45421100 Installation of doors and windows and related components, 44221000 Windows, doors and related items, 45342000 Erection of fencing, 34928220 Fencing components, 45340000 Fencing, railing and safety equipment installation work, 44313100 Wire-mesh fencing, 92522000 Preservation services of historical sites and buildings
44220000 Builders' joinery, 45421000 Joinery work, 45420000 Joinery and carpentry installation work, 45421150 Non-metal joinery installation work, 45421130 Installation of doors and windows, 45421132 Installation of windows, 45421100 Installation of doors and windows and related components, 44221000 Windows, doors and related items, 45342000 Erection of fencing, 34928220 Fencing components, 45340000 Fencing, railing and safety equipment installation work, 44313100 Wire-mesh fencing, 92522000 Preservation services of historical sites and buildings
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
II.2.6.
Estimated value
Value excluding VAT: 1 500 000,00 GBP
Value excluding VAT: 1 500 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This Lot will have the option to be extended for a 12 month period and then a final 12 month period when the initial 24 month duration expires.
II.2.1.
Title
Joiner, Locksmith
Lot No: 9
II.2.2.
Additional CPV code(s)
45420000 Joinery and carpentry installation work, 45421000 Joinery work, 44220000 Builders' joinery, 45421150 Non-metal joinery installation work, 98395000 Locksmith services
45420000 Joinery and carpentry installation work, 45421000 Joinery work, 44220000 Builders' joinery, 45421150 Non-metal joinery installation work, 98395000 Locksmith services
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
II.2.6.
Estimated value
Value excluding VAT: 1 500 000,00 GBP
Value excluding VAT: 1 500 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This Lot will have the option to be extended for a further 12 month period and then a final 12 month period when the initial 24 duration expires.
II.2.1.
Title
Building 2
Lot No: 8
II.2.2.
Additional CPV code(s)
44220000 Builders' joinery, 44912000 Miscellaneous building stone, 45111240 Ground-drainage work, 14213200 Tarmac, 45262100 Scaffolding work, 45262120 Scaffolding erection work
44220000 Builders' joinery, 44912000 Miscellaneous building stone, 45111240 Ground-drainage work, 14213200 Tarmac, 45262100 Scaffolding work, 45262120 Scaffolding erection work
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
II.2.6.
Estimated value
Value excluding VAT: 1 000 000,00 GBP
Value excluding VAT: 1 000 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This lot will have the option to be renewed for a 12 month period and then a further 12 months when the initial 24 month duration expires.
II.2.1.
Title
Building 1
Lot No: 7
II.2.2.
Additional CPV code(s)
44220000 Builders' joinery
44220000 Builders' joinery
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
II.2.6.
Estimated value
Value excluding VAT: 1 500 000,00 GBP
Value excluding VAT: 1 500 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This lot will have the option to be extended for a 12 month period and then a further 12 month period when the initial 24 month duration expires.
II.2.1.
Title
Specialist Controls
Lot No: 6
II.2.2.
Additional CPV code(s)
39715000 Water heaters and heating for buildings; plumbing equipment, 45332200 Water plumbing work, 44115200 Plumbing and heating materials, 39715300 Plumbing equipment, 45351000 Mechanical engineering installation works, 45220000 Engineering works and construction works
39715000 Water heaters and heating for buildings; plumbing equipment, 45332200 Water plumbing work, 44115200 Plumbing and heating materials, 39715300 Plumbing equipment, 45351000 Mechanical engineering installation works, 45220000 Engineering works and construction works
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This Lot will have the option to be extended for a 12 month period and then a further 12 month period when the initial award duration of 24 months expires.
II.2.1.
Title
Plumbing, Drainaige, Gas/Oil Fitting/Heating
Lot No: 5
II.2.2.
Additional CPV code(s)
45332200 Water plumbing work, 44115200 Plumbing and heating materials, 45332000 Plumbing and drain-laying work, 39715200 Heating equipment, 09135100 Heating oil, 09134000 Gas oils
45332200 Water plumbing work, 44115200 Plumbing and heating materials, 45332000 Plumbing and drain-laying work, 39715200 Heating equipment, 09135100 Heating oil, 09134000 Gas oils
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This Lot will have the option to be extended for a `12 month period and then a final 12 month period when the initial 24 month duration expires.
II.2.1.
Title
Roughcaster/Plasterer/Tiler
Lot No: 4
II.2.2.
Additional CPV code(s)
45410000 Plastering work
45410000 Plastering work
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
II.2.6.
Estimated value
Value excluding VAT: 400 000,00 GBP
Value excluding VAT: 400 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This Lot will have the option to be extended for a 12 month period and then a final 12 month period when the initial 24 month period expires.
II.2.1.
Title
Slaters Steeplejacks and Roofing Works
Lot No: 3
II.2.2.
Additional CPV code(s)
45000000 Construction work
45000000 Construction work
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
II.2.6.
Estimated value
Value excluding VAT: 2 450 000,00 GBP
Value excluding VAT: 2 450 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This lot will have the option to be extended for a 12 month period and then a further final 12 month period when the initial 24 month period expires.
II.2.1.
Title
Electrical Appliance Repairs - Catering
Lot No: 2
II.2.2.
Additional CPV code(s)
50000000 Repair and maintenance services
50000000 Repair and maintenance services
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
At the end of the 24 month period this Lot will have the option to be renewed annually for a 12 month period and then a further final 12 month period.
II.2.1.
Title
Arboricultural Services
Lot No: 15
II.2.2.
Additional CPV code(s)
77210000 Logging services, 76443000 Other logging services, 77211100 Timber harvesting services, 77220000 Timber-impregnation services
77210000 Logging services, 76443000 Other logging services, 77211100 Timber harvesting services, 77220000 Timber-impregnation services
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
II.2.6.
Estimated value
Value excluding VAT: 500 000,00 GBP
Value excluding VAT: 500 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This lot will have the option to be extended for a 12 month period and then a further and final 12 month period when the initial 24 month period expires.
IV.2.2.
Time limit for receipt of tenders or requests to participate
Date: 01/08/2019 Local time: 14:00
Date: 01/08/2019 Local time: 14:00
IV.2.4.
Languages in which tenders or requests to participate may be submitted
English
English
VI.5.
Date of dispatch of this notice
24/06/2019
24/06/2019
Languages and formats
Notice
Official language
296716-2019 - CompetitionSee the notice on TED website 
296716-2019
296716-2019 - CompetitionUnited Kingdom-Newtown St Boswells: Miscellaneous special-trade construction work
OJ S 121/2019 26/06/2019
Contract notice
Services
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1.
Name and addresses
Official name: Scottish Borders Council
Official name: Scottish Borders Council
Postal address: Council Headquarters
Town: Newtown St Boswells
NUTS code: UK United Kingdom
Postal code: TD6 0SA
Country: United Kingdom
E-mail: procurement@scotborders.gov.uk
Telephone: +44 1835824000
Fax: +44 1835825150
Internet address(es):
Main address: http://www.scotborders.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00394
I.1.
Name and addresses
Official name: Borders College
Official name: Borders College
Postal address: Scottish Borders Campus, Nether Road
Town: Galashiels
NUTS code: UKM91 Scottish Borders
Postal code: TD1 3HE
Country: United Kingdom
E-mail: pchandy@borderscollege.ac.uk
Telephone: +44 8700505152
Fax: +44 1896758179
Internet address(es):
Main address: www.borderscollege.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00242
I.1.
Name and addresses
Official name: Scottish Borders Housing Association
Official name: Scottish Borders Housing Association
Postal address: South Bridge House, Whinfield Road
Town: Selkirk
NUTS code: UKM91 Scottish Borders
Postal code: TD7 5DT
Country: United Kingdom
E-mail: enquiries@sbha.org.uk
Telephone: +44 1750724444
Fax: +44 1750724445
Internet address(es):
Main address: http://www.sbha.org.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11442
I.1.
Name and addresses
Official name: Scottish Public Pensions Agency
Official name: Scottish Public Pensions Agency
Postal address: 7 Tweedside Park, Tweedbank
Town: Galashiels
NUTS code: UKM91 Scottish Borders
Postal code: TD1 3TE
Country: United Kingdom
E-mail: Michelle.Lee@gov.scot
Telephone: +44 1896893000
Internet address(es):
Main address: http://www.sppa.gov.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00385
I.1.
Name and addresses
Official name: Berwickshire Housing Association Ltd
Official name: Berwickshire Housing Association Ltd
Postal address: 55 Newtown Street, Duns
Town: Berwickshire
NUTS code: UKM91 Scottish Borders
Postal code: TD11 3AU
Country: United Kingdom
Telephone: +44 1361884000
Fax: +44 1361883404
Internet address(es):
Main address: http://www.berwickshirehousing.org.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA15982
I.2.
Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law:
Scottish Borders Council, LIVE Borders, SB Cares and any future ALEO or other linked to or subject to control of SBC.
I.3.
Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.publictendersscotland.publiccontractsscotland.gov.uk
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.publictendersscotland.publiccontractsscotland.gov.uk
I.4.
Type of the contracting authority
Regional or local authority
Regional or local authority
I.5.
Main activity
General public services
General public services
Section II: Object
II.1.
Scope of the procurement
II.1.1.
Title
Repairs and Maintenance (Trades) Framework
Reference number: SBC/CPS/1601
II.1.2.
Main CPV code
45262600 Miscellaneous special-trade construction work
45262600 Miscellaneous special-trade construction work
II.1.3.
Type of contract
Services
Services
II.1.4.
Short description
Scottish Borders Council (SBC) has a wide ranging estate and an estimated annual budget for repairs and maintenance work of around 4 700 000 GBP. The Property Management Team at Scottish Borders Council manage repairs and maintenance to upkeep and upgrade the fabric of over 800 Council Buildings.
SBC are seeking a multi trade, multi supplier framework for a reactive repairs and maintenance service, which can be called from as and when necessary.
II.1.5.
Estimated total value
Value excluding VAT: 19 000 000,00 GBP
Value excluding VAT: 19 000 000,00 GBP
II.1.6.
Information about lots
This contract is divided into lots: yes
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2.
Description
II.2.1.
Title
Electrical
Lot No: 1
II.2.2.
Additional CPV code(s)
50000000 Repair and maintenance services
50000000 Repair and maintenance services
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
Main site or place of performance:
Properties within the Scottish Borders area.
II.2.4.
Description of the procurement
Electrical contractors required to deliver new build and refurbishment projects which may consist of but are not limited to:
— alteration and removal of existing services,
— domestic ventilation installations,
— electrical mains and sub-mains distribution,
— power installations,
— lighting and specialist lighting installations,
— local electricity generation systems,
— earthing and bonding installations,
— communication systems — visual, audio, data,
— security systems — alarm, detection, CCTV.
II.2.5.
Award criteria
Criteria below
Criteria below
Quality criterion - Name: Continuous improvement / Weighting: 12.5
Quality criterion - Name: Quality of service / Weighting: 25
Quality criterion - Name: Out of hours service / Weighting: 25
Quality criterion - Name: Emergency call out service / Weighting: 25
Quality criterion - Name: Service in adverse weather / Weighting: 12.5
Price - Weighting: 70
II.2.6.
Estimated value
Value excluding VAT: 2 750 000,00 GBP
Value excluding VAT: 2 750 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This framework is being awarded initially for a 24 month period with the option to be renewed annually for a 12 month period and then a final 12 month period. The maximum duration of the framework is 48 months.
II.2.10.
Information about variants
Variants will be accepted: no
Variants will be accepted: no
II.2.11.
Information about options
Options: no
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
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information
The indicative value of the framework lot provided is the anticipated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.
Description
II.2.1.
Title
One Stop Multiple Trades Repair Service
Lot No: 18
II.2.2.
Additional CPV code(s)
45262600 Miscellaneous special-trade construction work, 45262000 Special trade construction works other than roof works, 45260000 Roof works and other special trade construction works, 45421000 Joinery work, 44220000 Builders' joinery, 44221100 Windows, 44221110 Window frames, 45421110 Installation of door and window frames, 45421100 Installation of doors and windows and related components, 45332200 Water plumbing work, 45330000 Plumbing and sanitary works
45262600 Miscellaneous special-trade construction work, 45262000 Special trade construction works other than roof works, 45260000 Roof works and other special trade construction works, 45421000 Joinery work, 44220000 Builders' joinery, 44221100 Windows, 44221110 Window frames, 45421110 Installation of door and window frames, 45421100 Installation of doors and windows and related components, 45332200 Water plumbing work, 45330000 Plumbing and sanitary works
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
Main site or place of performance:
At housing/homeless properties located within the Scottish Borders regional area.
II.2.4.
Description of the procurement
Homelessness services provide applicants with temporary accommodation that is fit for purpose and meets the stringent standards defined by the Scottish Government.
This framework lot will provide a single supplier contact for calling off multiple trades services for the homelessness services for these properties. We are seeking a contractor who will provide a responsive, reactive and planned maintenance service during the life of the framework agreement.
II.2.5.
Award criteria
Criteria below
Criteria below
Quality criterion - Name: Quality of Service / Weighting: 20
Quality criterion - Name: Service in Adverse Weather / Weighting: 10
Quality criterion - Name: Emergency Call Out Service / Weighting: 10
Quality criterion - Name: Void Completion / Weighting: 10
Quality criterion - Name: Process of Managing Multi Trades / Weighting: 15
Quality criterion - Name: Manging Relationships / Weighting: 10
Quality criterion - Name: 24/7 Service Contact / Weighting: 20
Quality criterion - Name: Community Benefits / Weighting: 5
Price - Weighting: 70
II.2.6.
Estimated value
Value excluding VAT: 650 000,00 GBP
Value excluding VAT: 650 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This lot has the option to be renewed for a 12 month period and then a further and final 12 month period when the initial 12 month period expires.
II.2.10.
Information about variants
Variants will be accepted: no
Variants will be accepted: no
II.2.11.
Information about options
Options: no
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
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information
The value linked to this lot is the anticipated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.
Description
II.2.1.
Title
Network Cabling
Lot No: 17
II.2.2.
Additional CPV code(s)
30237110 Network interfaces, 32412000 Communications network, 32412100 Telecommunications network, 32412110 Internet network, 32412120 Intranet network, 32410000 Local area network
30237110 Network interfaces, 32412000 Communications network, 32412100 Telecommunications network, 32412110 Internet network, 32412120 Intranet network, 32410000 Local area network
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
Main site or place of performance:
At premises located within the Scottish Borders regional area.
II.2.4.
Description of the procurement
New build and refurbishment projects which may consist of but are not limited to: -
— Alteration and removal of existing services
— Communication systems - visual, audio, data
— Installation of Network Cabling (Cat 5E, Cat 6, Cat 6A and Fibre Optic)
— Installation of Wifi (Wireless access points will be supplied by our third party IT)
— Telephone Cabling (CW1308)
— Network Cabinet/rack Installation
— Containment installation
— Radio link (point to point and point to multi point)
II.2.5.
Award criteria
Criteria below
Criteria below
Quality criterion - Name: Quality of Service / Weighting: 35
Quality criterion - Name: Continuious Improvement / Weighting: 15
Quality criterion - Name: Service in Adverse Weather / Weighting: 15
Quality criterion - Name: Out of Hours Service / Weighting: 35
Price - Weighting: 70
II.2.6.
Estimated value
Value excluding VAT: 200 000,00 GBP
Value excluding VAT: 200 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This lot has the option to be renewed for a 12 month period and then a fin al 12 month period when the initial 24 month period expires.
II.2.10.
Information about variants
Variants will be accepted: no
Variants will be accepted: no
II.2.11.
Information about options
Options: no
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
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information
The value linked to this lot is the anticipated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.
Description
II.2.1.
Title
Arboricultural Services - Stump Grinding
Lot No: 16
II.2.2.
Additional CPV code(s)
03400000 Forestry and logging products, 77210000 Logging services, 76443000 Other logging services, 76442000 Open hole logging services, 03419000 Timber, 77211100 Timber harvesting services
03400000 Forestry and logging products, 77210000 Logging services, 76443000 Other logging services, 76442000 Open hole logging services, 03419000 Timber, 77211100 Timber harvesting services
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
Main site or place of performance:
At locations situated within the Scottish Borders regional area.
II.2.4.
Description of the procurement
Stump Removal (grinding) -
Works may consist of but are not limited to:-
— Grinding (chipping or cutting are synonymous with grinding)
— Grinding to a stated depth below ground level with a proprietary machine which may be self-powered or driven from a PTO shaft
— Digging out or grubbing out
II.2.5.
Award criteria
Criteria below
Criteria below
Quality criterion - Name: Quality of Service / Weighting: 50
Quality criterion - Name: Continuious Improvement / Weighting: 25
Quality criterion - Name: Service in Adverse Weather / Weighting: 25
Price - Weighting: 70
II.2.6.
Estimated value
Value excluding VAT: 100 000,00 GBP
Value excluding VAT: 100 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This Lot has the option to be extended for a further 12 month and the a further 12 months when the initial 24 month duration expires.
II.2.10.
Information about variants
Variants will be accepted: no
Variants will be accepted: no
II.2.11.
Information about options
Options: no
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
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information
The value linked to this lot is the anticipated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.
Description
II.2.1.
Title
Handy Person Services
Lot No: 14
II.2.2.
Additional CPV code(s)
60183000 Hire of vans with driver, 60182000 Hire of industrial vehicles with driver, 60181000 Hire of trucks with driver, 39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products, 45421000 Joinery work
60183000 Hire of vans with driver, 60182000 Hire of industrial vehicles with driver, 60181000 Hire of trucks with driver, 39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products, 45421000 Joinery work
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
Main site or place of performance:
At premises located within the Scottish Borders regional area.
II.2.4.
Description of the procurement
General maintenance works which may consist of but are not limited to:-
— Fixing and repairing shelves
— Internal moving of office furniture
— Clearing gutters and blocked rain-water drainage
— Roof and render cleaning
— Pressure washing
— Changing light bulbs
— Changing toilet seats
— Replacing plug fuses
II.2.5.
Award criteria
Criteria below
Criteria below
Quality criterion - Name: Quality of Service / Weighting: 50
Quality criterion - Name: Continuious Improvement / Weighting: 25
Quality criterion - Name: Service in Adverse Weather / Weighting: 25
Price - Weighting: 70
II.2.6.
Estimated value
Value excluding VAT: 65 000,00 GBP
Value excluding VAT: 65 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This lot has the option to be extended for a further 12 months and then a further and final 1q2 months when the initial 24 month period expires.
II.2.10.
Information about variants
Variants will be accepted: no
Variants will be accepted: no
II.2.11.
Information about options
Options: no
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
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information
The value linked to this lot is the anticipated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.
Description
II.2.1.
Title
Alarms, Entry Systems, CCTV
Lot No: 13
II.2.2.
Additional CPV code(s)
35121700 Alarm systems, 31625300 Burglar-alarm systems, 35125300 Security cameras
35121700 Alarm systems, 31625300 Burglar-alarm systems, 35125300 Security cameras
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
Main site or place of performance:
At premises located within the Scottish Borders regional area.
II.2.4.
Description of the procurement
Contractors required to deliver new build and refurbishment projects which may consist of but are not limited to:-
— Supply and installation of alarm systems, CCTV and access/entry systems
— Service and maintain active alarm systems, CCTV and access/entry systems
— Repair faults as and when they are reported
— Provide guidance/advice on the condition of active systems and upgrades that may be required
II.2.5.
Award criteria
Criteria below
Criteria below
Quality criterion - Name: Quality of Service / Weighting: 25
Quality criterion - Name: Continuious Improvement / Weighting: 12.5
Quality criterion - Name: Service in Adverse Weather / Weighting: 12.5
Quality criterion - Name: Out of Hours Service / Weighting: 25
Quality criterion - Name: Emergency Call Out Service / Weighting: 25
Price - Weighting: 70
II.2.6.
Estimated value
Value excluding VAT: 1 500 000,00 GBP
Value excluding VAT: 1 500 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This lot has the option to be extended for a 12 month period and then a further and final 12 month period when the initial 24 month period expires.
II.2.10.
Information about variants
Variants will be accepted: no
Variants will be accepted: no
II.2.11.
Information about options
Options: no
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
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information
The value linked to this lot is the anticpated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.
Description
II.2.1.
Title
Painter/Decorator, Flooring, Blinds
Lot No: 12
II.2.2.
Additional CPV code(s)
39531400 Carpeting, 39531310 Carpet tiles, 39531300 Tufted carpeting, 39531100 Knotted carpeting, 39530000 Carpets, mats and rugs, 39531000 Carpets, 39534000 Industrial carpeting, 39515410 Interior blinds, 39515000 Curtains, drapes, valances and textile blinds, 44115700 Exterior blinds, 39515440 Vertical blinds, 44111400 Paints and wallcoverings, 44810000 Paints, 39298900 Miscellaneous decoration items, 45451000 Decoration work
39531400 Carpeting, 39531310 Carpet tiles, 39531300 Tufted carpeting, 39531100 Knotted carpeting, 39530000 Carpets, mats and rugs, 39531000 Carpets, 39534000 Industrial carpeting, 39515410 Interior blinds, 39515000 Curtains, drapes, valances and textile blinds, 44115700 Exterior blinds, 39515440 Vertical blinds, 44111400 Paints and wallcoverings, 44810000 Paints, 39298900 Miscellaneous decoration items, 45451000 Decoration work
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
Main site or place of performance:
At properties located within the Scottish Borders regional area.
II.2.4.
Description of the procurement
Painter/Decorator –
Contractors required to deliver new build and refurbishment projects which may consist of but are not limited to:-
— Internal and external works
— Surface preparation, Ames taping, filling etc..,
— Surface decoration of ceilings, walls, floors, timbers and metalwork
Floorings -
Contractors required to deliver new build and refurbishment projects which may consist of but are not limited to:-
— Surface preparation and self-levelling screeds
— Commercial carpet tiles, barrier matting, vinyl and associated trims and skirting’s
Blinds –
— Contractors required to supply and install all blind types
II.2.5.
Award criteria
Criteria below
Criteria below
Quality criterion - Name: Quality of Service / Weighting: 50
Quality criterion - Name: Continuious Improvement / Weighting: 25
Quality criterion - Name: Service in Adverse Weather / Weighting: 25
Price - Weighting: 70
II.2.6.
Estimated value
Value excluding VAT: 2 800 000,00 GBP
Value excluding VAT: 2 800 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This lot will have the option to be extended for a 12 month period and then a further 12 months when the initial 24 month duration expires.
II.2.10.
Information about variants
Variants will be accepted: no
Variants will be accepted: no
II.2.11.
Information about options
Options: no
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
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information
The value linked to this lot is the anticpated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.
Description
II.2.1.
Title
Blacksmith, Metal Fabricators
Lot No: 11
II.2.2.
Additional CPV code(s)
71550000 Blacksmith services
71550000 Blacksmith services
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
Main site or place of performance:
At properties located in the Scottish Borders regional area.
II.2.4.
Description of the procurement
Contractors required to supply and install minor structural frames and lintels
— Supply and installation of handrails and balustrades - galvanised / powder-coated / stainless steel
— Supply and installation of entrance gates, feature fencing, security grills
— Bespoke metalwork, and signage
— Repairs to existing installations
II.2.5.
Award criteria
Criteria below
Criteria below
Quality criterion - Name: Quality of Service / Weighting: 50
Quality criterion - Name: Continuious Improvement / Weighting: 25
Quality criterion - Name: Service in Adverse Weather / Weighting: 25
Price - Weighting: 70
II.2.6.
Estimated value
Value excluding VAT: 400 000,00 GBP
Value excluding VAT: 400 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This lot will have the option to be extended for a 12 month period and then a final 12 months when the initial 24 month duration expires.
II.2.10.
Information about variants
Variants will be accepted: no
Variants will be accepted: no
II.2.11.
Information about options
Options: no
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
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information
The value linked to this Lot is the anticipated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.
Description
II.2.1.
Title
Preservation, Windows, Glazier, Fencing
Lot No: 10
II.2.2.
Additional CPV code(s)
44220000 Builders' joinery, 45421000 Joinery work, 45420000 Joinery and carpentry installation work, 45421150 Non-metal joinery installation work, 45421130 Installation of doors and windows, 45421132 Installation of windows, 45421100 Installation of doors and windows and related components, 44221000 Windows, doors and related items, 45342000 Erection of fencing, 34928220 Fencing components, 45340000 Fencing, railing and safety equipment installation work, 44313100 Wire-mesh fencing, 92522000 Preservation services of historical sites and buildings
44220000 Builders' joinery, 45421000 Joinery work, 45420000 Joinery and carpentry installation work, 45421150 Non-metal joinery installation work, 45421130 Installation of doors and windows, 45421132 Installation of windows, 45421100 Installation of doors and windows and related components, 44221000 Windows, doors and related items, 45342000 Erection of fencing, 34928220 Fencing components, 45340000 Fencing, railing and safety equipment installation work, 44313100 Wire-mesh fencing, 92522000 Preservation services of historical sites and buildings
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
Main site or place of performance:
At properties located in the Scottish Borders regional area.
II.2.4.
Description of the procurement
Glazier/Windows –
New build and refurbishment projects which may consist of but are not limited to:-
— Supply and installation of timber, UPVC & aluminium windows and doors
— General glazing works and installation of roof lights
Fencing –
— Supply and installation of all fencing including, but not limited to, timber, chainlink and profile mesh fencing
Preservation works –
— To undertake full building conditions surveying of vacant or water damaged buildings, providing substantial reports on findings
— To carry out specified remedial repairs to vacant or occupied buildings
— To carry out specialist eradication works to dry rot, wet rot and other fungal infestations
II.2.5.
Award criteria
Criteria below
Criteria below
Quality criterion - Name: Quality of Service / Weighting: 50
Quality criterion - Name: Continuious Improvement / Weighting: 25
Quality criterion - Name: Service in Adverse Weather / Weighting: 25
Price - Weighting: 70
II.2.6.
Estimated value
Value excluding VAT: 1 500 000,00 GBP
Value excluding VAT: 1 500 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This Lot will have the option to be extended for a 12 month period and then a final 12 month period when the initial 24 month duration expires.
II.2.10.
Information about variants
Variants will be accepted: no
Variants will be accepted: no
II.2.11.
Information about options
Options: no
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
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information
The value linked to this Lot is the anticipated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.
Description
II.2.1.
Title
Joiner, Locksmith
Lot No: 9
II.2.2.
Additional CPV code(s)
45420000 Joinery and carpentry installation work, 45421000 Joinery work, 44220000 Builders' joinery, 45421150 Non-metal joinery installation work, 98395000 Locksmith services
45420000 Joinery and carpentry installation work, 45421000 Joinery work, 44220000 Builders' joinery, 45421150 Non-metal joinery installation work, 98395000 Locksmith services
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
Main site or place of performance:
At properties located within the Scottish Borders regional area.
II.2.4.
Description of the procurement
Joinery –
Contractors required to deliver new build and refurbishment projects which may consist of but are not limited to:-
FACILITATING & RENOVATION WORKS:
— Minor demolition and investigative works
— Alteration of existing timber structures
— Temporary works to provide protection - temporary partitions, hoardings etc..,
— Cutting out and replacing defective timbers, including rafter and joist-end replacements
SUPERSTRUCTURE WORKS:
— Timber frames, wall, floor, roof and ceiling constructions; including all associated linings and insulation
— Skirtings, architraves and isolated trims
— Supply and installation of timber and UPVC windows and doors
— Timber stairs, ramps and balustrades
— Timber floor finishes
— Minor suspended ceiling installations and alterations
— External timber and cement board cladding
— General glazing works and installation of roof lights
FIXTURES & FITTINGS:
— Supply and installation of cubicles, vanity units and integrated panel systems (IPS)
— Installation of domestic kitchen fittings
— Bespoke solutions - reception desks, fitted cupboards, shelving etc...
Locksmith –
— Supply and installation of mechanical or electrical locking devices
— Repairs and servicing of mechanical or electrical locking devices
II.2.5.
Award criteria
Criteria below
Criteria below
Quality criterion - Name: Quality of Service / Weighting: 25
Quality criterion - Name: Continuious Improvement / Weighting: 12.5
Quality criterion - Name: Service in Adverse Weather / Weighting: 12.5
Quality criterion - Name: Out of Hours Service / Weighting: 25
Quality criterion - Name: Emergency Call Out Service / Weighting: 25
Price - Weighting: 70
II.2.6.
Estimated value
Value excluding VAT: 1 500 000,00 GBP
Value excluding VAT: 1 500 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This Lot will have the option to be extended for a further 12 month period and then a final 12 month period when the initial 24 duration expires.
II.2.10.
Information about variants
Variants will be accepted: no
Variants will be accepted: no
II.2.11.
Information about options
Options: no
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
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information
The value linked to this Lot is the anticipated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.
Description
II.2.1.
Title
Building 2
Lot No: 8
II.2.2.
Additional CPV code(s)
44220000 Builders' joinery, 44912000 Miscellaneous building stone, 45111240 Ground-drainage work, 14213200 Tarmac, 45262100 Scaffolding work, 45262120 Scaffolding erection work
44220000 Builders' joinery, 44912000 Miscellaneous building stone, 45111240 Ground-drainage work, 14213200 Tarmac, 45262100 Scaffolding work, 45262120 Scaffolding erection work
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
Main site or place of performance:
At properties located in the Scottish Borders.
II.2.4.
Description of the procurement
Contractors required to deliver new build and refurbishment projects which may consist of but are not limited to:-
FACILITATING & RENOVATION WORKS:
— Minor demolition and investigative works
— Alteration of existing masonry structures
— Support of existing structures
— Masonry repairs
— Surface Cleaning
— General labouring and attendance
— Builders works in connection with services
SUBSTRUCTURE WORKS:
— Drainage and services below ground including all associated testing and commissioning
SUPERSTRUCTURE WORKS:
— Cementitious and granolithic screeds
— Formation of internal and external masonry walls
— Building insulation
EXTERNAL WORKS:
— Work to alter existing and form new paved areas
— Formation of ramps, steps and retaining walls
— Repairs and replacement of external surfacing
— Builders works in connection with external services
II.2.5.
Award criteria
Criteria below
Criteria below
Quality criterion - Name: Quality of Service / Weighting: 50
Quality criterion - Name: Quality of Service / Weighting: 25
Quality criterion - Name: Service in Adverse Weather / Weighting: 25
Price - Weighting: 70
II.2.6.
Estimated value
Value excluding VAT: 1 000 000,00 GBP
Value excluding VAT: 1 000 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This lot will have the option to be renewed for a 12 month period and then a further 12 months when the initial 24 month duration expires.
II.2.10.
Information about variants
Variants will be accepted: no
Variants will be accepted: no
II.2.11.
Information about options
Options: no
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
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information
The value linked to this Lot is the anticipated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.
Description
II.2.1.
Title
Building 1
Lot No: 7
II.2.2.
Additional CPV code(s)
44220000 Builders' joinery
44220000 Builders' joinery
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
Main site or place of performance:
At properties located in the Scottish Borders regional area.
II.2.4.
Description of the procurement
Builder -
Contractors required to deliver new build and refurbishment projects which may consist of but are not limited to:-
FACILITATING & RENOVATION WORKS:
— Minor demolition and investigative works
— Alteration of existing masonry structures
— Support of existing structures
— Masonry and concrete repairs
— Surface Cleaning
— General labouring and attendance
— Builders works in connection with services
SUBSTRUCTURE WORKS:
— All works to form standard foundations up to and including damp proof course
— Remedial works to existing foundations - including underpinning
— Formation of lowest floor construction and associated substrates
— Drainage and services below ground including all associated testing and commissioning
SUPERSTRUCTURE WORKS:
— In-situ concreting works, associated reinforcement and framework
— Cementitious and granolithic screeds
— Formation of internal and external masonry walls
— Placement of precast concrete structures
— Building insulation
EXTERNAL WORKS:
— Work to alter existing and form new paved areas
— Formation of ramps, steps and retaining walls
— Builders works in connection with external services
II.2.5.
Award criteria
Criteria below
Criteria below
Quality criterion - Name: Quality of Service / Weighting: 25
Quality criterion - Name: Continuious Improvement / Weighting: 12.5
Quality criterion - Name: Service in Adverse Weather / Weighting: 12.5
Quality criterion - Name: Emergency Call Out Service / Weighting: 25
Quality criterion - Name: Out of Hours Service / Weighting: 25
Price - Weighting: 70
II.2.6.
Estimated value
Value excluding VAT: 1 500 000,00 GBP
Value excluding VAT: 1 500 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This lot will have the option to be extended for a 12 month period and then a further 12 month period when the initial 24 month duration expires.
II.2.10.
Information about variants
Variants will be accepted: no
Variants will be accepted: no
II.2.11.
Information about options
Options: no
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
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information
The value linked to this lot is the anticipated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.
Description
II.2.1.
Title
Specialist Controls
Lot No: 6
II.2.2.
Additional CPV code(s)
39715000 Water heaters and heating for buildings; plumbing equipment, 45332200 Water plumbing work, 44115200 Plumbing and heating materials, 39715300 Plumbing equipment, 45351000 Mechanical engineering installation works, 45220000 Engineering works and construction works
39715000 Water heaters and heating for buildings; plumbing equipment, 45332200 Water plumbing work, 44115200 Plumbing and heating materials, 39715300 Plumbing equipment, 45351000 Mechanical engineering installation works, 45220000 Engineering works and construction works
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
Main site or place of performance:
At properties located in the Scottish Borders regional area.
II.2.4.
Description of the procurement
Contractors required to deliver Specialist Controls
— Specialist piped supply installations - natural gas, oxygen, compressed air etc..,
— Attendance on specialist mechanical installations
II.2.5.
Award criteria
Criteria below
Criteria below
Quality criterion - Name: Quality of Service / Weighting: 50
Quality criterion - Name: Continuious Improvement / Weighting: 25
Quality criterion - Name: Service in Adverse Weather / Weighting: 25
Price - Weighting: 70
II.2.6.
Estimated value
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This Lot will have the option to be extended for a 12 month period and then a further 12 month period when the initial award duration of 24 months expires.
II.2.10.
Information about variants
Variants will be accepted: no
Variants will be accepted: no
II.2.11.
Information about options
Options: no
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
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information
The value linked to this lot is the value anticipated over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.
Description
II.2.1.
Title
Plumbing, Drainaige, Gas/Oil Fitting/Heating
Lot No: 5
II.2.2.
Additional CPV code(s)
45332200 Water plumbing work, 44115200 Plumbing and heating materials, 45332000 Plumbing and drain-laying work, 39715200 Heating equipment, 09135100 Heating oil, 09134000 Gas oils
45332200 Water plumbing work, 44115200 Plumbing and heating materials, 45332000 Plumbing and drain-laying work, 39715200 Heating equipment, 09135100 Heating oil, 09134000 Gas oils
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
Main site or place of performance:
At properties located in the Scottish Borders regional area.
II.2.4.
Description of the procurement
Contractors require to deliver new build and refurbishment projects which may consist of but are not limited to:-
— Alteration and removal of existing services
— Installation and alteration of sanitary appliances and ancillary fittings
— Foul drainage above ground
— Potential leadworks
— Mains water supply
— Hot and Cold water supply and distribution
— Heat sources and central heating systems
— Installation and maintenance of gas powered heating systems
— Non domestic ventilation and air conditioning systems
— Central control and building management systems
— Specialist piped supply installations - natural gas, oxygen, compressed air etc..,
— Attendance on specialist mechanical installations
— Associated builders work in connection with services
— All testing, commissioning and demonstrations
— Repairing existing services
II.2.5.
Award criteria
Criteria below
Criteria below
Quality criterion - Name: Quality of Service / Weighting: 25
Quality criterion - Name: Continuious Improvement / Weighting: 12.5
Quality criterion - Name: Service in Adverse Weather / Weighting: 12.5
Quality criterion - Name: Emergency Call Out Service / Weighting: 25
Quality criterion - Name: Out of Hours Service / Weighting: 25
Price - Weighting: 70
II.2.6.
Estimated value
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This Lot will have the option to be extended for a `12 month period and then a final 12 month period when the initial 24 month duration expires.
II.2.10.
Information about variants
Variants will be accepted: no
Variants will be accepted: no
II.2.11.
Information about options
Options: no
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
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information
The value linked to this Lot is the anticipated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.
Description
II.2.1.
Title
Roughcaster/Plasterer/Tiler
Lot No: 4
II.2.2.
Additional CPV code(s)
45410000 Plastering work
45410000 Plastering work
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
Main site or place of performance:
Properties within the Scottish Borders regional area.
II.2.4.
Description of the procurement
Roughcaster/Plasterer/Tiler –
Contractors required to deliver new build and refurbishment projects which may consist of but are not limited to:-
— Surface preparation, skimming and two coat works to walls and ceilings, including isolated patches,
— Cement renders and wet and dry dash
— Insulated render systems
— Tiling
II.2.5.
Award criteria
Criteria below
Criteria below
Quality criterion - Name: Quality of Service / Weighting: 50
Quality criterion - Name: Continuious Improvement / Weighting: 25
Quality criterion - Name: Service in Adverse Weather / Weighting: 25
Price - Weighting: 70
II.2.6.
Estimated value
Value excluding VAT: 400 000,00 GBP
Value excluding VAT: 400 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This Lot will have the option to be extended for a 12 month period and then a final 12 month period when the initial 24 month period expires.
II.2.10.
Information about variants
Variants will be accepted: no
Variants will be accepted: no
II.2.11.
Information about options
Options: no
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
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information
The value linked to this Lot is the anticipated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.
Description
II.2.1.
Title
Slaters Steeplejacks and Roofing Works
Lot No: 3
II.2.2.
Additional CPV code(s)
45000000 Construction work
45000000 Construction work
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
Main site or place of performance:
Properties located within the Scottish Borders regional area.
II.2.4.
Description of the procurement
General Roof Repairs, Wall/Roof Cladding, Felt roof/single ply, Metal Roofing, Slater, Steeplejack
Slater works –
Contractors required to deliver new build and refurbishment projects which may consist of but are not limited to:-
— Provision and on-going alteration, maintenance and inspection of minor access scaffolding
— Clearing gutters and blocked rain-water drainage
— Repairs to and replacement of existing slates, tiles, copings and flashings
— Full roof refurbishment, including rainwater good and valleys
Roofing Works –
Contractors required to deliver new build and refurbishment projects which may consist of but are not limited to:-
— Provision and on-going alteration, maintenance and inspection of minor access scaffolding
— Clearing gutters and blocked rain-water drainage
— Repairs to and replacement of existing slates, tiles, copings and flashings
— Installation of single layer ply systems, cold application systems, GRP roofs and high performance felting systems
II.2.5.
Award criteria
Criteria below
Criteria below
Quality criterion - Name: Quality of Service / Weighting: 25
Quality criterion - Name: Continuious Improvement / Weighting: 12.5
Quality criterion - Name: Out of Hours Service / Weighting: 25
Quality criterion - Name: Emergency Call Out Service / Weighting: 25
Quality criterion - Name: Service in Adverse Weather / Weighting: 12.5
Price - Weighting: 70
II.2.6.
Estimated value
Value excluding VAT: 2 450 000,00 GBP
Value excluding VAT: 2 450 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This lot will have the option to be extended for a 12 month period and then a further final 12 month period when the initial 24 month period expires.
II.2.10.
Information about variants
Variants will be accepted: no
Variants will be accepted: no
II.2.11.
Information about options
Options: no
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
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information
The value linked to this Lot is the anticipated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.
Description
II.2.1.
Title
Electrical Appliance Repairs - Catering
Lot No: 2
II.2.2.
Additional CPV code(s)
50000000 Repair and maintenance services
50000000 Repair and maintenance services
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
Main site or place of performance:
At properties located in the Scottish Borders regional area.
II.2.4.
Description of the procurement
Electrical Appliance Repair contractors required to deliver new build and refurbishment projects which may consist of but are not limited to:-
— Alteration and removal of existing appliances
— Power installations
— Repairs to existing appliances
— Installation of new appliances
— Earthing and bonding installations
II.2.5.
Award criteria
Criteria below
Criteria below
Quality criterion - Name: Quality of Service / Weighting: 35
Quality criterion - Name: Continuious Improvement / Weighting: 15
Quality criterion - Name: Emergency Call Out Service / Weighting: 35
Quality criterion - Name: Service in Adverse Weather / Weighting: 15
Price - Weighting: 70
II.2.6.
Estimated value
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
At the end of the 24 month period this Lot will have the option to be renewed annually for a 12 month period and then a further final 12 month period.
II.2.10.
Information about variants
Variants will be accepted: no
Variants will be accepted: no
II.2.11.
Information about options
Options: no
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
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information
The value linked to this Lot is the anticipated value over a the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.
Description
II.2.1.
Title
Arboricultural Services
Lot No: 15
II.2.2.
Additional CPV code(s)
77210000 Logging services, 76443000 Other logging services, 77211100 Timber harvesting services, 77220000 Timber-impregnation services
77210000 Logging services, 76443000 Other logging services, 77211100 Timber harvesting services, 77220000 Timber-impregnation services
II.2.3.
Place of performance
NUTS code: UKM91 Scottish Borders
Main site or place of performance:
At locations situated within the Scottish Borders regional area.
II.2.4.
Description of the procurement
All works must be carried out to BS 3998:2010 Tree Work - Recommendations
General Arboricultural Services
Works may consist of but are not limited to:-
We expect the successful contractor(s) to be able to carry out the following throughout the Scottish Borders area or by locality as indicated:
— Crown cleaning
— Deadwood removal
— Formative pruning
— Branch removal
— Crown lifting
— Crown thinning
— Crown reduction
— Weight reduction
— Crown shaping
— Crown balancing
— Crown rejuvenation
— Pollarding
— Tree felling
— Removal of trees adjacent to water, i.e. lochs, ponds & watercourses
— Emergency response works which may typically be as a result of tree failure, vehicular accident or weather-related emergency
Qualifications required are:
Wind Blown Specialist -
Works may consist of but are not limited to:-
— Emergency response works to deal with damage to trees, typically during or resulting from adverse weather conditions
II.2.5.
Award criteria
Criteria below
Criteria below
Quality criterion - Name: Quality of Service / Weighting: 25
Quality criterion - Name: Continuious Improvement / Weighting: 12.5
Quality criterion - Name: Service in Adverse Weather / Weighting: 12.5
Quality criterion - Name: Emergency Call Out Service / Weighting: 25
Quality criterion - Name: Out of Hours Service / Weighting: 25
Price - Weighting: 70
II.2.6.
Estimated value
Value excluding VAT: 500 000,00 GBP
Value excluding VAT: 500 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This lot will have the option to be extended for a 12 month period and then a further and final 12 month period when the initial 24 month period expires.
II.2.10.
Information about variants
Variants will be accepted: no
Variants will be accepted: no
II.2.11.
Information about options
Options: no
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
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information
The value linked to this lot is the anticipated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
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:
ESPD(Scotland)Question 1.7.2 Part 4A.2 - Service Contracts requires the following qualifications and membership for each of the following Lots:
Lot 1 and Lot 2 - Contractors require to have NICEIC, Select or Equivalent professional qualification. Contractors for this lot will also require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation
Lot 3 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation
Lot 4 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation
Lot 5 and Lot 6 - Contractors for these lots require to hold a Gas Safe Registered qualification and to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.
Lot 7 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.
Lot 8 - Scaffolders will require to hold CISRS, PASMA or equivalent qualification and to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)
Accreditation. All other trades/contractors for this lot will require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.
Lot 9 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.
Lot 10 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.
Lot 11 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.
Lot 12 - Contractors for this lot require to hold Safety Schemes in Procurement(SSIP)Accreditation.
Lot 13 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.
Lot 14 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.
Lot 15 - Contractors for this lot will require to have as a minimum Forestry and Arboriculture Level 2 OR level 3 OR NPTC 30, 31, 32, 33, 38, 39 qualifications and Wind Blown specialists will require to have Forestry and Arboriculture Level 3, 002102,002104 or 002112 OR NPTC - CS34,CS35 qualifications.
Lot 16 - Contractors for this lot will require to have as a minimum Forestry and Arboriculture Level 2 002053 or 002054 OR NPTC A07 qualifications.
Lot 17 - Contractors for this lot will require to have a minimum of CNCI(certifier network cable installer)and must have a SEPA Waste Carrier Licence. They will also be required to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.
Lot 18 - Contractors for this lot will require to employ Electricians who are NICEIC, Select or hold an equivalent professional qualification, and Plumbers and heating engineers who hold a Gas Safe Registered qualification. The successful contractor will also require to hold a valid Safety Schemes in Procurement(SSIP)Accreditation.
III.1.2.
Economic and financial standing
Minimum level(s) of standards possibly required:
ESPD Scotland Question 1.74 Part 4B (Questions 48.5.1 and 48.5.2) — Insurance requirements and economic and financial standing. It is a requirement of this contract that economic operators hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
— public liability: minimum 5 000 000 GBP,
— products liability: minimum 5 000 000 GBP (if applicable),
— employer's liability: minimum 5 000 000 GBP(if applicable).
For Lot 18 (only): EDPD Question Part 4B.8.6 Question 1.74.5 — Economic or financial requirements. Prior to awarding this lot the preferred contractor will be subjected to a Credit Safe check to assess the economic financial standing. The contractor will be required to co-operate with the Council and may be asked to provide copies of their last 2 financial audited accounts to assist with this process. The contractor will be required to obtain a Credit safe rating =/> than 50.
The Council reserves the right to exclude economic operators who fail to meet this rating and reserves the right not to award a contract without liability on it's part.
III.1.3.
Technical and professional ability
Selection criteria as stated in the procurement documents
Selection criteria as stated in the procurement documents
III.2.
Conditions related to the contract
III.2.2.
Contract performance conditions
Contractors performance will be managed as outlined in the invitation to tender documents.
Section IV: Procedure
IV.1.
Description
IV.1.1.
Type of procedure
Open procedure
Open procedure
IV.1.3.
Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operatorsIV.1.8.
Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
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: 01/08/2019 Local time: 14:00
Date: 01/08/2019 Local time: 14:00
IV.2.3.
Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4.
Languages in which tenders or requests to participate may be submitted
English
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)
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7.
Conditions for opening of tenders
Date: 01/08/2019 Local time: 14:00
Date: 01/08/2019 Local time: 14:00
Section VI: Complementary information
VI.1.
Information about recurrence
This is a recurrent procurement: yes
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
This framework is being awarded for a 24 month period and will then have the option to be extended for a 12 month period and then a further and final 12 months.
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
ESPD Question 1.75 Part 4D — For Lots 15 and 16 only all work must be carried out to BS 398:2010 Tree Work Recommendations.
ESPD Question 1.75 Part 4D — For Lots 1-14, 17 and 18 contractors who have previously not been appointed to the Council's framework will be given until the 31.12.2019 to obtain their Safety Schemes in Procurement (SSIP) accreditation. Work will only be issued to contractors when they have a valid and up to date SSIP accreditation.
ESPD Question 1.75 Part 4D — In addition for Lot 18. The contractor shall ensure that the work is carried out in accordance with all relevant building maintenance and repairs to ISO 9000 standards including the latest Gas Safety (Installation and Use) Regulations 1998 Approved Code of Practice and guidance, IET Wiring Regulations 18th Edition (BS 7671:2008).
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 12370
For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
For Lots 1-17 Scottish Borders Council will actively engage with contractors where the total collective spend annually with the individual contractor exceeds 50 000 GBP to obtain and ensure they deliver community benefits within the Scottish Borders area.
For Lot 18 Scottish Borders Council will actively engage with the successful contractor to ensure they deliver the community benefits outlined in the delivery plan when responding to the invitation to tender.
(SC Ref:587626)
VI.4.
Procedures for review
VI.4.1.
Review body
Official name: Scottish Borders Council
Official name: Scottish Borders Council
Postal address: Council Headquarters
Town: Newtown St Boswells
Postal code: TD6 0SA
Country: United Kingdom
E-mail: procurement@scotborders.gov.uk
Telephone: +44 1835824000
Fax: +44 1835825150
Internet address: http://www.scotborders.gov.uk
VI.5.
Date of dispatch of this notice
24/06/2019
24/06/2019

Discover more on europa.eu
Social media
Social media
EU institutions and bodies
EU institutions and bodies