Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Winter Maintenance Framework Agreement (Footways & Miscellaneous).

  • Cyhoeddwyd gyntaf: 24 Gorffennaf 2021
  • Wedi'i addasu ddiwethaf: 24 Gorffennaf 2021

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
Scottish Borders Council
ID Awudurdod:
AA21029
Dyddiad cyhoeddi:
24 Gorffennaf 2021
Dyddiad Cau:
27 Awst 2021
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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.

Testun llawn y rhybydd

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

Codio

Categorïau nwyddau

ID Teitl Prif gategori
90620000 Eirafyrddau Gwasanaethau glanhau a glanweithdra mewn ardaloedd trefol neu wledig, a gwasanaethau cysylltiedig

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
procurement@scotborders.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.