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
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 Framework Agreement (Footways & Miscellaneous).
Cyfeirnod: SBC/CPS/2055
II.1.2) Prif god CPV
90620000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The purpose of establishing a Framework Agreement is to provide Winter Maintenance Assistance from 3rd party contractors to cover legislative requirements during winter periods should there be insufficient in-house capacity.
The Framework will be split into 3 Lots covering the following requirements:
Lot 1: Provision of Planned Winter Service Treatments on Priority Footway Routes (AM).
Lot 2: Assistance for Reactive Winter Service Treatment to Footways Network.
Lot 3 Assistance with Miscellaneous Winter related activities within Roads & Footways and other Council locations.
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
Provision of Planned Winter Service Treatments on Priority Footway Routes (AM).
II.2.2) Cod(au) CPV ychwanegol
90620000
II.2.3) Man cyflawni
Cod NUTS:
UKM91
II.2.4) Disgrifiad o’r caffaeliad
Where necessary to supplement the Council’s in-house resources, the Contractors will be required to respond to the need for planned winter treatments to the Council’s priority footway network. They will be rota’d along with other contractors/Council winter operatives for any given week(s) throughout the winter period. Contractors within Lot 1 will be provided with a designated route. There will be a squad (2 operatives) identified for each of the 21 routes for a seven day week. There will be similar teams working from the six Roads Depots across the Region. One driver per squad within this Lot is required to hold a Class C1+E 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: 36
Gall y contract hwn gael ei adnewyddu: Na
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
The Framework will be for a maximum period of 36 months. The initial period of the Framework will be for 12 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.
Rhif y Lot 2
II.2.1) Teitl
Reactive Treatments on Footway Network during periods of icing & snow
II.2.2) Cod(au) CPV ychwanegol
90620000
II.2.3) Man cyflawni
Cod NUTS:
UKM91
II.2.4) Disgrifiad o’r caffaeliad
Contractors within Lot 2 will be requested to carry out winter maintenance treatment to any part of the Council’s footway network. The Contractor may not receive any instruction until the completion of the primary footway network that morning however, there will be occasions where the request is made in advance i.e. the day before.
Drivers are required to hold a Class C1+ E licence to enable them to tow the appropriate trailer complete with footpath tractor, gritter & scraper when appropriate. The towing vehicle is also required to have the capability of carrying up to 1 tonne of salt while towing the loaded trailer.
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: 36
Gall y contract hwn gael ei adnewyddu: Na
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
The Framework will be for a maximum period of 36 months. The initial period of the Framework will be for 12 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.
Rhif y Lot 3
II.2.1) Teitl
Assistance with Miscellaneous Winter related activities within Roads & 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
Contractors within Lot 3 will generally be available for ‘calling out’ at short notice to assist with miscellaneous winter related activities from a particular specified Roads Depot or within a specific area.
When called out to provide a service under this Lot a minimum charge equivalent to four hours of working time will apply.
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: 36
Gall y contract hwn gael ei adnewyddu: Na
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
The Framework will be for a maximum period of 36 months. The initial period of the Framework will be for 12 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.
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:
SPD(Scotland)Question 1.75.1 Part 4C Qualifications - Class C1+E licence.
Certification to operate any plant or vehicles they will be responsible for.
Hold or working towards a Winter Maintenance qualification.
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:
SPD Scotland Question 1.72 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 5,000,000 GBP
- Employer's Liability - Minimum 5,000,000 GBP(if applicable)
- Motor insurance as required
Lefel(au) gofynnol y safonau sydd eu hangen:
SPD Scotland Question Part 4B Question 1.72.6 - Economic or Financial Requirements. 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
SPD (Scotland) Question 1.78.1 Part 4D - Quality Assurance Schemes - The following is required:
An ISO 18001 and then BS EN ISO 45001:(2016 0r 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.
Minimum level(s) of standards required:
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
III.2.1) Gwybodaeth am broffesiwn penodol
PDim ond proffesiwn penodol all gymryd rhan : Ydy
Cyfeiriad at y ddeddf, rheoliad neu ddarpariaeth weinyddol berthnasol:
Class C1+E licence
III.2.2) Amodau perfformiad contractau
KPIs as per the specification.
III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract
Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’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:
27/08/2021
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
27/08/2021
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 IV1.3 of this contract notice is indicative. The Council reserves the right to appoint more or less Tenderers as and if required.
Once the initial SPD 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 19201. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:660781)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Jedburgh Sherriff Court and Justice of the Peace Court
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 six months from the date on which the contract was entered into.
VI.5) Dyddiad anfon yr hysbysiad hwn
23/07/2021