Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Scottish Borders Council
Council Headquarters
Newtown St Boswells
TD6 0SA
UK
Person cyswllt: Procurement
Ffôn: +44 1835824000
E-bost: procurement@scotborders.gov.uk
NUTS: UKM91
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 mynediad at y dogfennau caffael yn gyfyngedig. Gellir cael rhagor o wybodaeth yn:
www.publiccontractsscotland.gov.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
www.publiccontractsscotland.gov.uk
Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:
www.publiccontractsscotland.gov.uk
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 Service Framework Agreement
Cyfeirnod: 1001298
II.1.2) Prif god CPV
90620000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Scottish Borders Council is seeking third party contractors to provide winter maintenance assistance to cover legislative requirements during winter periods should there be insufficient in-house capacity.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 2 400 000.00 GBP
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
Lot 1 - Planned Treatments on Priority Footway Routes
II.2.2) Cod(au) CPV ychwanegol
90620000
II.2.3) Man cyflawni
Cod NUTS:
UKM91
II.2.4) Disgrifiad o’r caffaeliad
Scottish Borders Council (the Council) is seeking Bidder responses to this Invitation to Tender (ITT) from third party providers to assist in the delivery of winter maintenance activities throughout the Scottish Borders from October 2024.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 30
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 an initial period of 2-years with the option to extend by 1-year with a further option to extend for 1-year extension taking the Framework to a maximum of 4 years.
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
Rhif y Lot 2
II.2.1) Teitl
Lot 2 - Provision of Planned Winter Service Treatments on Priority Carriageway Routes (am/pm)
II.2.2) Cod(au) CPV ychwanegol
90620000
II.2.3) Man cyflawni
Cod NUTS:
UKM91
II.2.4) Disgrifiad o’r caffaeliad
Scottish Borders Council (the Council) is seeking Bidder responses to this Invitation to Tender (ITT) from third party providers to assist in the delivery of winter maintenance activities throughout the Scottish Borders from October 2024.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 30
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 an initial period of 2-years with the option to extend by 1-year with a further option to extend for 1-year extension taking the Framework to a maximum of 4 years.
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
Rhif y Lot 3
II.2.1) Teitl
Lot 3 - Assistance with Snow clearance on depot routes in conjunction with council vehicles (Snow Plan)
II.2.2) Cod(au) CPV ychwanegol
90620000
II.2.3) Man cyflawni
Cod NUTS:
UKM91
II.2.4) Disgrifiad o’r caffaeliad
Scottish Borders Council (the Council) is seeking Bidder responses to this Invitation to Tender (ITT) from third party providers to assist in the delivery of winter maintenance activities throughout the Scottish Borders from October 2024.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 30
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 an initial period of 2-years with the option to extend by 1-year with a further option to extend for 1-year extension taking the Framework to a maximum of 4 years.
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
Rhif y Lot 4
II.2.1) Teitl
Lot 4 - Assistance with Miscellaneous Winter Related Activities on 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
Scottish Borders Council (the Council) is seeking Bidder responses to this Invitation to Tender (ITT) from third party providers to assist in the delivery of winter maintenance activities throughout the Scottish Borders from October 2024.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 30
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 an initial period of 2-years with the option to extend by 1-year with a further option to extend for 1-year extension taking the Framework to a maximum of 4 years.
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
Rhif y Lot 5
II.2.1) Teitl
Lot 5 - Provision of planned winter Treatments at Jedburgh Campus
II.2.2) Cod(au) CPV ychwanegol
90620000
II.2.3) Man cyflawni
Cod NUTS:
UKM91
II.2.4) Disgrifiad o’r caffaeliad
Scottish Borders Council (the Council) is seeking Bidder responses to this Invitation to Tender (ITT) from third party providers to assist in the delivery of winter maintenance activities throughout the Scottish Borders from October 2024.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 30
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 an initial period of 2-years with the option to extend by 1-year with a further option to extend for 1-year extension taking the Framework to a maximum of 4 years.
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:
The bidder is enrolled in the relevant professional registers kept in its country of establishment.
The bidder is enrolled in the relevant trade registers kept in its country of establishment.
If the relevant documentation is available electronically, the bidder should state:
The web address
The issuing authority or body
The precise reference of the documentation
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Credit Safe check:
Prior to awarding contractors will be subject to a Credit Safe check to assess 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 if they are regarded high risk.
Insurances:
The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below.
Lefel(au) gofynnol y safonau sydd eu hangen:
Insurances minimum levels required:
Employers (Compulsory) Liability GBP 5 million
Public Liability GBP 10 million
Motor GBP 5 million
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Educational and professional qualifications:
Relevant qualifications, licences and training held by drivers/operators.
Health and Safety procedures: 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 major incident controls for example a pandemic.
Lefel(au) gofynnol y safonau sydd eu hangen:
Class C licence or Class C1 required; with regards to lot 1 only Class 1 + E licence required.
Certification to operate any plant or vehicles they will be responsible for. Gritters require to be supplied with a valid calibration certificate.
All vehicles should have legal certifications such as MOT, Servicing and Road Tax.
Health and Safety Procedures: 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 their current major incident controls for example a pandemic.
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
Performance of the Contract will be monitored against six major Key Performance Indicators (KPIs), these are specified in more detail within the Performance Management Plan attached with this ITT.
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: 5
Cyfiawnhau unrhyw gyfnod o gytundeb fframwaith sy'n hwy na 8 blynedd: Not applicable- framework duration including optional extensions is 4-years.
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:
26/08/2024
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
Rhaid i’r tendr fod yn ddilys tan:
25/11/2024
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
26/08/2024
Amser lleol: 13:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
Summer 2028
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
Please note bidders who intend to tender should contact procurement@scotborders.gov.uk to obtain Appendix B- Carriageway Gritting Routes 2024 as file size exceeded upload limit on PCS.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=771956.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community Benefits will only be requested when the total collective spend with an individual contractor exceeds GBP 50,000 over the term of this framework, they will be required to provide evidence of community benefits being delivered to the local community.
Bidders are required to complete the Community Benefit Delivery Plan stating their proposed plan and return as part of their tender submission.
(SC Ref:771956)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=771956
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
Cyfeiriad(au) rhyngrwyd
URL: https://www.scotcourts.gov.uk/the-courts/court-locations/jedburgh-sheriff-court-and-justice-of-the-peace-court
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 Find a Tender Service (FTS) 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
22/07/2024