Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Scotland Excel
Renfrewshire House, Cotton Street
Paisley
PA1 1AR
UK
E-bost: Environment@scotland-excel.org.uk
NUTS: UKM83
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.scotland-excel.org.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
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 yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Supply and Delivery of Recycle and Refuse Containers
Cyfeirnod: 0425
II.1.2) Prif god CPV
34928480
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
This is in relation to the renewal framework for the Supply and Delivery of Recycle and Refuse Containers, for all 32 council areas in Scotland and Scotland Excel Associate members.
This framework will incorporate various container types, such as, but not limited to, 2 wheeled bins, wheeled and non-wheeled containers over 500L, kerbside boxes, kitchen caddy’s, sacks and liners and subsequent refurbishment of containers.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 50 000 000.00 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
2 Wheeled Bins
II.2.2) Cod(au) CPV ychwanegol
44613600
39224340
42914000
34928480
30216130
II.2.3) Man cyflawni
Cod NUTS:
UKM
Prif safle neu fan cyflawni:
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
II.2.4) Disgrifiad o’r caffaeliad
Lot 1 is for the supply and delivery of various sized 2 wheeled container bins. This includes, but not limited to the supply of HDPE wheeled plastic bins and parts, printing and associated accessories to depots and/or households within Scotland.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Technical
/ Pwysoliad: 25
Price
/ Pwysoliad:
75
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 29 750 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
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
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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this
procurement and the other Procurement Documents for further information.
Rhif y Lot 2
II.2.1) Teitl
Waste Containers over 500L
II.2.2) Cod(au) CPV ychwanegol
39224340
42914000
39713300
34928480
30216130
II.2.3) Man cyflawni
Cod NUTS:
UKM
Prif safle neu fan cyflawni:
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
II.2.4) Disgrifiad o’r caffaeliad
Lot 2 is for the supply and delivery of various sized waste containers over 500 Litres. This includes, but not limited to the supply of HDPE and galvanised steel bins/containers, bottle banks and other large waste containers, parts, printing and associated accessories to depots within Scotland.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Technical
/ Pwysoliad: 25
Price
/ Pwysoliad:
75
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 11 300 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
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
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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this
procurement and the other Procurement Documents for further information.
Rhif y Lot 3
II.2.1) Teitl
Kerbside Boxes and Reusable Sacks
II.2.2) Cod(au) CPV ychwanegol
42914000
34928480
18930000
II.2.3) Man cyflawni
Cod NUTS:
UKM
Prif safle neu fan cyflawni:
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
II.2.4) Disgrifiad o’r caffaeliad
Lot 3 is for supply and delivery of various sized kerbside boxes and reusable sacks. This includes, but not limited to the supply of kerbside boxes and reusable sacks and associated printing and accessories to depots within Scotland.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Technical
/ Pwysoliad: 25
Price
/ Pwysoliad:
75
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 1 150 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
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
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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this
procurement and the other Procurement Documents for further information.
Rhif y Lot 4
II.2.1) Teitl
Kitchen Waste
II.2.2) Cod(au) CPV ychwanegol
30216130
39224340
42914000
34928480
II.2.3) Man cyflawni
Cod NUTS:
UKM
Prif safle neu fan cyflawni:
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
II.2.4) Disgrifiad o’r caffaeliad
Lot 4 is for supply and delivery of various sized kitchen waste containers. This includes, but not limited to the supply of waste containers and associated printing and accessories to depots within Scotland.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Technical
/ Pwysoliad: 25
Price
/ Pwysoliad:
75
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 300 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
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
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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this
procurement and the other Procurement Documents for further information.
Rhif y Lot 5
II.2.1) Teitl
Urban Waste
II.2.2) Cod(au) CPV ychwanegol
30216130
39224340
42914000
39713300
34928400
34928480
II.2.3) Man cyflawni
Cod NUTS:
UKM
Prif safle neu fan cyflawni:
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
II.2.4) Disgrifiad o’r caffaeliad
Lot 5 is for supply and delivery of various sized urban waste containers. This includes, but not limited to the supply of urban waste containers, pole mounted bins, free standing bins, dog waste bins, novelty bins, multiple bin container housings and associated printing and accessories to depots within Scotland.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Technical
/ Pwysoliad: 25
Price
/ Pwysoliad:
75
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 3 250 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
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
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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this
procurement and the other Procurement Documents for further information.
Rhif y Lot 6
II.2.1) Teitl
Sacks and Liners
II.2.2) Cod(au) CPV ychwanegol
34928480
42914000
18930000
19640000
II.2.3) Man cyflawni
Cod NUTS:
UKM
Prif safle neu fan cyflawni:
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
II.2.4) Disgrifiad o’r caffaeliad
Lot 6 is for supply and delivery of various sized compostable sacks and liners, virgin and recycled sacks and liners, with associated printing options to depots within Scotland.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Technical
/ Pwysoliad: 25
Price
/ Pwysoliad:
75
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 4 250 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
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
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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
In accordance with Regulation 59(12), as this proposed framework agreement is divided into lots, these economic and financial standing selection criteria apply separately in relation to each individual lot.
1. SPD (Scotland) Questions 4B.5.1 and 4B.5.2 - Insurance Requirements
2. SPD (Scotland) Questions 4B.6 - Other Economic and Financial Requirements
Lefel(au) gofynnol y safonau sydd eu hangen:
INSURANCE REQUIREMENTS:
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
ALL LOTS
Employer’s (Compulsory) Liability Insurance – no less than GBP 10million indemnity limit each and every claim.
Public/Products Liability Insurance – no less than GBP 5million any one occurrence (in the aggregate for Products Liability).
Motor Vehicle Insurance: statutory third-party motor vehicle liability insurance to a minimum indemnity level of GBP 5million for property damage and unlimited in respect of personal injury or death.
For bidders who will sub contract parts of the business, it is a requirement that the bidder requires to provide a letter signed by a person of appropriate authority confirming that the bidder has ongoing arrangements in place to ensure that subcontractors’ vehicles are appropriately insured and maintained.
OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:
Tenderers will pass the economic and financial standing test where Scotland Excel is assured of the tenderer’s financial viability and sustainability for participation in the contract. As such, an Equifax search of the tenderer must not identify financial risk by means of: an adverse rating; or warning; or caution code.
Where such a risk is identified at any stage of the exercise, the tenderer will fail selection and be excluded from award. At Scotland Excel’s sole discretion, alternative means of proof may be considered in accordance with Regulation 61 of the Public Contracts (Scotland) Regulations 2015.
SCOTLAND EXCEL MUST BE NOTIFIED OF ANY CHANGE OF CIRCUMSTANCES WHICH IMPACTS ON THE ECONOMIC AND FINANCIAL STANDING TEST. AWARD RECOMMENDATIONS ARE SUBJECT TO CONTINUED COMPLIANCE WITH THE TENDER REQUIREMENTS.
Tenderers relying on the financial standing of a parent company who are unable to commit to obtaining a parent company guarantee may be assessed as a FAIL and with be excluded from the competition.
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
In accordance with Regulation 59(12), as this proposed framework agreement is divided into lots, these technical and professional ability selection criteria apply separately in relation to each individual lot.
1. SPD (Scotland) Question 4C.10 - Subcontracting
2. SPD (Scotland) Question 4D.1 - Quality Assurance Schemes
3. SPD (Scotland) Question 4D.1 - Health and Safety Procedures
4. SPD (Scotland) Question 4D.2 - Environmental Management Standards
Lefel(au) gofynnol y safonau sydd eu hangen:
SPD (SCOTLAND) QUESTION 4C.10 - SUBCONTRACTING:
Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off
under the proposed framework agreement. If you intend to subcontract any share of the contract to third parties on whose capacity you do
not rely to satisfy the selection criteria, you must secure that each subcontractor completes a separate SPD (Scotland) Response for all Parts
of the SPD (Scotland) Qualification Envelope, except Part 4 (Selection criteria) Please note that these subcontractors on whose capacity
the tenderer does not rely will be subject to the rules regarding Exclusion as set out in II.2.14.
SPD (SCOTLAND) QUESTION 4D.1 - QUALITY ASSURANCE SCHEMES:
The tenderer must have the following:
The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN
ISO 9001 (or equivalent).
OR
A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that
the tenderer has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is
periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and
set out responsibilities for quality management throughout the organisation.
SPD (SCOTLAND) QUESTION 4D.1 - HEALTH AND SAFETY PROCEDURES:
The tenderer must have the following:
The tenderer MUST HOLD a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS
ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a scheme in registered
membership of the Safety Schemes in Procurement (SSIP) forum.
OR
A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or
equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels
within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities
of health and safety management and compliance with legislation.
SPD (SCOTLAND) QUESTION 4D.2 - ENVIRONMENTAL MANAGEMENT STANDARDS:
The tenderer must have the following:
The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001
(or equivalent) or a valid EMAS (or equivalent) certificate.
OR
A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This
policy must include and describe the tenderer's environmental emergency response procedures including the preparedness and response
procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example
hazardous substances spill control)
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
For full details of the conditions relevant to the proposed Framework Agreement and contracts to be called off thereunder, please refer to the tender documents (details of how to access these are outlined in “Section I.3 Communication” of this Contract Notice).
Scotland Excel may require the members of any tendering group of entities (including, but not limited to consortium members, members of a group of economic operators and/or sub-contractors) to be jointly and severally liable for the performance of the contract and may require them to assume a specific legal form for the purposes of the appointment to the Framework. For further information relative to the submission of consortia tenders, tenders by groups of economic operators and sub-contracting, please refer to the tender documentation which is available in the relevant PCS-T project for this procurement exercise.
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: 25
IV.1.6) Gwybodaeth am arwerthiant electronig
Defnyddir arwerthiant electronig
Gwybodaeth ychwanegol am arwerthiant electronig:
Electronic auctions may be used where competition is re-opened for the purposes of awarding a Competitive Order. If required, the Council
will issue information on how electronic auctions will operate at the appropriate time.
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.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2025/S 000-024663
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
24/10/2025
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:
24/10/2025
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
This procurement process is subject to the Law and Guidance applicable in Scotland relative to the award of public contracts including (without limitation) as set out in the Public Contracts (Scotland) Regulations 2015 as currently in force. Scotland Excel is a central purchasing body and is procuring this framework on behalf of the following contracting authorities (and successor bodies):
A) The 32 local authorities in Scotland as listed at https://home.scotland-excel.org.uk/about-us/our-members
B) Scotland Excel associate members as listed at http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Associate-members.aspx
C) any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working) (Scotland)Act 2014.
D) Any Scottish Registered Social Landlords listed on the public register of the Scottish Housing Regulator:http://directory.scottishhousingregulator.gov.uk/Documents/Landlord%20Register.pdf as at the date of publication of this notice.
E) Tayside Contracts
F) Advanced Procurement for Universities and Colleges (APUC Ltd) and their member organisations across the higher and further education sector in Scotland and their associated and affiliated bodies.
G) Scottish Prison Service (SPS)
H) Scottish National Health Service Authorities, including any body created pursuant to the National Health Service Scotland Act (1978)
I) Transport Scotland
J) Scottish Government and Scottish Central Government Bodies.
The above is subject to each contracting authority entering into and maintaining a relevant membership agreement or other access agreement with Scotland Excel.
Tenderers are advised that the maximum number of participants stated in section IV.1.3 of this notice is indicative only. Scotland Excel may appoint more or less bidders to the proposed Framework Agreement.
Tenderers are advised that whether electronic ordering, invoicing and payment will be used or accepted is at the discretion of each Member
Authority or Associate Member which will be settled by them during call off of a contract under this proposed Framework Agreement.
IMPORTANT NOTE FOR TENDERERS: For some lots, particular requirements apply, including but not limited to, the requirement to
evidence conformance with the Tender Specification in all lots. Bids MAY be excluded from evaluation (in whole, or in part) if they do not
include the information required in accordance with instructions given. Bids may be subject to a specific EVALUATION APPROACH in
particular circumstances detailed in the instructions. Further detailed information and instructions are contained within the tender
documents located within the Information and Instructions to Tenderers including Evaluation Methodology document. RETROSPECTIVE REBATE INFORMATION: Tenderers should note that retrospective rebates apply to this Framework. Further details are contained in the tender documents within the Special Conditions & the Information and Instructions to Tenderers including Evaluation Methodology document.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29477. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that, Scotland Excel intends to include community
benefit requirements. As part of your response within the Technical Envelope, bidders will be requested to commit to delivery of
community benefits in accordance with the methodology outlined in the tender documents.
(SC Ref:805279)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Court of Session
Parliament Square
Edinburgh
EH1 1RQ
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland)
Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.
VI.5) Dyddiad anfon yr hysbysiad hwn
23/09/2025