Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Scottish Borders Council
Council Headquarters
Newtown St Boswells
TD6 0SA
UK
Ffôn: +44 1835824000
E-bost: procurement@scotborders.gov.uk
Ffacs: +44 1835825150
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.scotborders.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00394
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Winter Maintenance Assistance Framework Agreement
Cyfeirnod: SBC/CPS/1826
II.1.2) Prif god CPV
90620000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Scottish Borders Council (the Council) is seeking third party providers to assist in the delivery of winter maintenance activities throughout the Scottish Borders from October 2020.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer pob lot
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Emergency Response/Reactive Treatments
II.2.2) Cod(au) CPV ychwanegol
90620000
II.2.3) Man cyflawni
Cod NUTS:
UKM91
II.2.4) Disgrifiad o’r caffaeliad
This lot will consist of contractor(s)making themselves available to respond to carry out a reactive treatment to the Council’s roads network and will operate on a stand - by basis. The contractor(s)will be expected to report to the appropriate roads depot within 1 hour of receipt of the request.
All drivers within this lot are required to hold a Class C licence.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Ability to meet requirements
/ Pwysoliad: 30
Maes prawf ansawdd: Service back up
/ Pwysoliad: 25
Maes prawf ansawdd: Contract implementation/exit
/ Pwysoliad: 15
Maes prawf ansawdd: Response times
/ Pwysoliad: 25
Maes prawf ansawdd: Fair working practices
/ Pwysoliad: 5
Price
/ Pwysoliad:
70
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 24
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The framework will be for a maximum period of 48 months. The initial period of the framework will be for 24 months from the starting date with an option to extend for up to a further 24 months subject to satisfactory operation and performance. Any periods of extension will be at the sole discretion of the Council.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
For lot 1 you can submit a bid as a driver and gritter and/or as a driver only in lot 1a.
Rhif y Lot 2
II.2.1) Teitl
Provision of Planned Winter Service Treatments on Priority Carriageway Routes (am/pm)
II.2.2) Cod(au) CPV ychwanegol
43313100
II.2.3) Man cyflawni
Cod NUTS:
UKM91
II.2.4) Disgrifiad o’r caffaeliad
This lot will consist of a contractor(s)undertaking a designated route/multiple routes from specific roads depots. The contractor(s)will provide a treatment service from 1st November-31st March, the duration of the winter period, and during October and April, where weather conditions dictate, there may be ad-hoc treatments requested of the supplier. The treatment service will be for a 24 hour period, 7 days a week including public holidays.
Ad-hoc treatments will be specified as required, delivery may be agreed daily with the winter decision maker. The Council will request the treatment of priority carriageway routes on instruction by the duty Winter Decision Maker.
Drivers are required to hold a Class C or C1 licence depending on the size of vehicle.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Ability to meet requirements
/ Pwysoliad: 30
Maes prawf ansawdd: Service back up
/ Pwysoliad: 25
Maes prawf ansawdd: Contract implementation/exit
/ Pwysoliad: 15
Maes prawf ansawdd: Response times
/ Pwysoliad: 25
Maes prawf ansawdd: Fair working practices
/ Pwysoliad: 5
Price
/ Pwysoliad:
70
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 24
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The framework will be for a maximum period of 48 months. The initial period of the framework will be for 24 months from the starting date with an option to extend for up to a further 24 months subject to satisfactory operation and performance. Any periods of extension will be at the sole discretion of the Council.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
For lot 2 you can submit a bid as a driver and gritter and/or as a driver only in lot 2a.
Rhif y Lot 3
II.2.1) Teitl
Assistance for Snow Clearing Operations within Roads and Footways and other Council Locations
II.2.2) Cod(au) CPV ychwanegol
90620000
II.2.3) Man cyflawni
Cod NUTS:
UKM91
II.2.4) Disgrifiad o’r caffaeliad
This lot will consist of several contractors who would be available to assist with snow clearing. Winter maintenance will be on a call off basis, and be available to provide the service at short notice. The Council will only request additional assistance when it is unable to meet the demands of gritting and snow clearing operations on roads and footways with its own in-house resources.
There can be no guarantee as to the level of assistance that will be required, if any at all.
Contractors must ensure that all drivers/operators hold the appropriate licence.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Ability to meet requirements
/ Pwysoliad: 30
Maes prawf ansawdd: Service back up
/ Pwysoliad: 25
Maes prawf ansawdd: Contract implementation/exit
/ Pwysoliad: 15
Maes prawf ansawdd: Response times
/ Pwysoliad: 25
Maes prawf ansawdd: Fair working practices
/ Pwysoliad: 5
Price
/ Pwysoliad:
70
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 24
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The framework will be for a maximum period of 48 months. The initial period of the framework will be for 24 months from the starting date with an option to extend for up to a further 24 months subject to satisfactory operation and performance. Any periods of extension will be at the sole discretion of the Council.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
ESPD(Scotland)Question 1.77 Part 4C Qualifications — Class C licence and Class C1.
Certification to operate any plant or vehicles they will be responsible for.
Hold or working towards a winter maintenance qualification.
Gritters require to be supplied with a valid calibration certificate. All vehicles should have legal certifications such as MOT, servicing and Road Tax.
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Minimum level(s) of standards required:
ESPD Scotland Question 1.74 Part 4B: 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 GBP 5 000 000;
— employer's liability: minimum GBP 5 000 000 (if applicable);
— motor insurance as required.
For lot 2 (Only) — ESPD Question Part 4B.6 Question 1.74.6 — economic or financial requirements. If applicable prior to awarding lot 2, contractors will be subject 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 >= 35.
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 its part.
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Health and safety procedures
ESPD (Scotland) Question 1.80.1 Part 4D — quality assurance schemes — the following is required an ISO 18001 and then BS EN ISO 45001:(2016 or 2017) when the standard became auditable.
or,
A documented health and safety policy or where applicable (less than 5 employees, self-employed etc.) provide a statement of health and safety Intent and similarly, where recorded, provide examples of risk assessments likely to be associated with carrying out this type of work(3 minimum.
These should include safety of staff and others, members of the public, operation of vehicles, plant and equipment and include their current Covid-19 Risk Controls.
Lefel(au) gofynnol y safonau sydd eu hangen:
Organisations with less than five employees are not required by law to have a documented policy statement. The need to reduce documentary requirements on micro businesses in particular will be taken into account by buyers and the evaluation panel.
Method statements and risk assessments for risks likely to be associated with carrying out this type of work including Covid-19 risk controls.
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 10
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
04/09/2020
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 3 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
04/09/2020
Amser lleol: 12:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
Contractors should note that when it is judged by the Council (at their sole discretion)to be appropriate the Council will collaborate with the relevant bodies(including Police Scotland) to actively share significant elements of information provided and detailed in this response.
Tenderers are advised that the envisaged maximum number of participants as set out in IV.1.3) of this contract notice is indicative. The Council reserves the right to appoint more or less tenderers as and if required.
Once the initial ESPD evaluation has been completed the following documents will be required. You will be notified directly informing you which documents you need to provide using the request for documentation process.
1) evidence of your company's insurance certification detailing the required level of insurance as per the levels stated within this contract notice;
2) completed copy of the certificate of non collusion;
3) completed copy of the canvassing declaration;
4) completed copy of the freedom of information schedule;
5) completed copy of the non involvement in serious organised crime declaration;
6) and any other documentation required.
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 16289. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:621940)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Jedburgh Sherriff Court and Justice of the Peace Court
Sheriff Court House Castlegate
Jedburgh
TD8 6AR
UK
Ffôn: +44 1835863231
E-bost: jedburgh@scotcourts.gov.uk
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
The contracting authorities will incorporate a minimum 10 day standstill period at the point of information on the award of the contract is communicated to tenderers. The Public contract (Scotland) Regulations 2015 (SSI, 2015 No446) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rule to take action in the Sherriff Court or Court of Session.A claim for an ineffectiveness order must be made within 30 days of the framework agreement award being published on the OJEU or within 30 days of the date to those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.
VI.5) Dyddiad anfon yr hysbysiad hwn
30/07/2020