Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Repairs & Maintenance Framework

  • First published: 19 April 2023
  • Last modified: 19 April 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03bf8d
Published by:
Scottish Borders Council
Authority ID:
AA21029
Publication date:
19 April 2023
Deadline date:
29 June 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

New build and refurbishment projects which may consist of but are not limited to:-

- Installations of photovoltaic panel arrays, to a maximum 20Kwh

- maintenance of new and existing photovoltaic panel arrays

- installations of electric vehicle charging points, to a maximum 22Kwh

- maintenance of new and existing electric vehicle charging points

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Scottish Borders Council

Council Headquarters

Newtown St Boswells

TD6 0SA

UK

Telephone: +44 1835824000

E-mail: Procurement@scotborders.gov.uk

NUTS: UKM91

Internet address(es)

Main address: http://www.scotborders.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00394

I.1) Name and addresses

Scottish Borders Housing Association

South Bridge House, Whinfield Road

Selkirk

TD7 5DT

UK

Telephone: +44 1750724444

E-mail: enquiries@sbha.org.uk

Fax: +44 1750724445

NUTS: UKM91

Internet address(es)

Main address: http://www.sbha.org.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11442

I.1) Name and addresses

Borders College

Scottish Borders Campus, Nether Road

Galashiels

TD1 3HE

UK

Telephone: +44 8700505152

E-mail: lgardham@borderscollege.ac.uk

Fax: +44 1896758179

NUTS: UKM91

Internet address(es)

Main address: www.borderscollege.ac.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00242

I.1) Name and addresses

Live Borders

Melrose Road

Galashiels

TD1 2DU

UK

Telephone: +44 1896661166

E-mail: enquiries@liveborders.org.uk

NUTS: UKM91

Internet address(es)

Main address: http://www.liveborders.org.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19702

I.1) Name and addresses

Berwickshire Housing Association Ltd

55 Newtown Street, Duns

Berwickshire

TD11 3AU

UK

Telephone: +44 1361884000

E-mail: info@berwickshirehousing.org.uk

NUTS: UKM91

Internet address(es)

Main address: http://www.berwickshirehousing.org.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA15982

I.1) Name and addresses

Scottish Public Pensions Agency

7 Tweedside Park, Tweedbank

Galashiels

TD1 3TE

UK

Telephone: +44 1896893000

E-mail: Michelle.Lee@gov.scot

NUTS: UKM91

Internet address(es)

Main address: http://www.sppa.gov.uk/

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00385

I.2) Joint procurement

The contract involves joint procurement

In the case of joint procurement involving different countries – applicable national procurement law:

Scottish Borders Council, LIVE Borders, SB Cares and any future ALEO or other linked to or subject to control of SBC.

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Other: Repairs & Maintenance

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Repairs & Maintenance Framework

Reference number: 1001036

II.1.2) Main CPV code

50000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Scottish Borders Council area covers 1,800 square miles and has a wide ranging estate and an estimated annual budget for repair and maintenance work of around 4 million (GBP). The estimated total value across all lots for the maximum duration of this Framework Agreement is approximately 30 million (GBP) which includes spend across SBC as well as the collaborative organisations named on the framework.

SBC are seeking a multi trade, multi supplier framework for a reactive repairs and maintenance service, which can be called from as and when necessary.

II.1.5) Estimated total value

Value excluding VAT: 30 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Electrical

II.2.2) Additional CPV code(s)

50000000

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

New build and refurbishment projects which may consist of but are not limited to:-

- Alteration and removal of existing services

- Domestic ventilation installations

- Electrical mains and sub-mains distribution

- Power installations

- Lighting and specialist lighting installations

- Local electricity generation systems

- Earthing and bonding installations

- Communication systems - visual, audio, data

- Alteration and removal of existing appliances

- Power installations

- Repairs to existing appliances

- Installation of new appliances

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 3 700 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

This framework is being awarded initially for a 24 month period with the option to be renewed annually for a 12 month period and then a final 12 month period. The maximum duration of the framework is 48 months.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The indicative value of the framework lot provided is the anticipated value over the 48 month period.

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.

Lot No: 2

II.2.1) Title

Energy Efficiency

II.2.2) Additional CPV code(s)

71314000

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

New build and refurbishment projects which may consist of but are not limited to:-

- Installations of photovoltaic panel arrays, to a maximum 20Kwh

- maintenance of new and existing photovoltaic panel arrays

- installations of electric vehicle charging points, to a maximum 22Kwh

- maintenance of new and existing electric vehicle charging points

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 2 100 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

This framework is being awarded initially for a 24 month period with the option to be renewed annually for a 12 month period and then a final 12 month period. The maximum duration of the framework is 48 months.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value linked to this lot is the anticipated value over the 48 month period.

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.

Lot No: 3

II.2.1) Title

Slater, Roofing

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

Slater works –

New build and refurbishment projects which may consist of but are not limited to:-

- Provision and on-going alteration, maintenance and inspection of minor access scaffolding

- Clearing gutters and blocked rain-water drainage

- Repairs to and replacement of existing slates, tiles, copings and flashings

- Full roof refurbishment, including rainwater good and valleys

Roofing Works –

New build and refurbishment projects which may consist of but are not limited to:-

- Provision and on-going alteration, maintenance and inspection of minor access scaffolding

- Clearing gutters and blocked rain-water drainage

- Repairs to and replacement of existing slates, tiles, copings and flashings

- Installation of single layer ply systems, cold application systems, GRP roofs and high performance felting systems

- installation and repairs/maintenance to standing seam roofs

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 3 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for 12 months and then a further final 12 months taking the framework to a maximum of 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value linked to this Lot is the anticipated value over the 48 month period.

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.

Lot No: 4

II.2.1) Title

Roughcaster/Plasterer/Tiler

II.2.2) Additional CPV code(s)

45410000

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

Roughcaster/Plasterer/Tiler –

New build and refurbishment projects which may consist of but are not limited to:-

- Surface preparation, skimming and two coat works to walls and ceilings, including isolated patches.

- Cement renders and wet and dry dash

- Insulated render systems

- Tiling

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 400 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for 12 months and then a further final 12 months taking the framework to a maximum of 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value linked to this Lot is the anticipated value over the 48 month period.

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.

Lot No: 5

II.2.1) Title

Plumbing, Drainage, Gas/Oil Fitting/Heating

II.2.2) Additional CPV code(s)

45332200

44115200

45332000

39715200

09135100

09134000

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

New build and refurbishment projects which may consist of but are not limited to:-

- Alteration and removal of existing services

- Installation and alteration of sanitary appliances and ancillary fittings

- Foul drainage above ground

- Potential leadworks

- Mains water supply

- Hot and Cold water supply and distribution

- Heat sources and central heating systems

- Installation and maintenance of gas powered heating systems

- Non domestic ventilation and air conditioning systems

- Central control and building management systems

- Specialist piped supply installations - natural gas, oxygen, compressed air etc,

- Attendance on specialist mechanical installations

- Associated builders work in connection with services

- All testing, commissioning and demonstrations

- Repairing existing services

- Installation and maintenance of renewable systems (e.g. heat pumps, biomass, battery storage systems)

Qualifications Required - Gas Safe Registered, Renewables only - NICEIC, OFTEC, MCS or equivalent

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 2 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value linked to this Lot is the anticipated value over the 48 month period.

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.

Lot No: 6

II.2.1) Title

Builder, Stone Mason & Dyker

II.2.2) Additional CPV code(s)

44220000

44912000

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

Builder -

New build and refurbishment projects which may consist of but are not limited to:-

FACILITATING & RENOVATION WORKS:

- Minor demolition and investigative works

- Alteration of existing masonry structures

- Support of existing structures

- Masonry and concrete repairs

- Surface Cleaning

- General labouring and attendance

- Builders works in connection with services

SUBSTRUCTURE WORKS:

- All works to form standard foundations up to and including damp proof course

- Remedial works to existing foundations - including underpinning

- Formation of lowest floor construction and associated substrates

- Drainage and services below ground including all associated testing and commissioning

SUPERSTRUCTURE WORKS:

- In-situ concreting works, associated reinforcement and framework

- Cementitious and granolithic screeds

- Formation of internal and external masonry walls

- Placement of precast concrete structures

- Building insulation

EXTERNAL WORKS:

- Work to alter existing and form new paved areas

- Formation of ramps, steps and retaining walls

- Builders works in connection with external services

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 2 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value linked to this lot is the anticipated value over the 48 month period.

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.

Lot No: 7

II.2.1) Title

Scaffolder, Groundworks & Asphalt/Tarmac

II.2.2) Additional CPV code(s)

45262120

45262100

14213200

45111240

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

New build and refurbishment projects which may consist of but are not limited to:-

FACILITATING & RENOVATION WORKS:

- Minor demolition and investigative works

- Support of existing structures

- Surface Cleaning

- General labouring and attendance

- Builders works in connection with services

SUBSTRUCTURE WORKS:

- Drainage and services below ground including all associated testing and commissioning

SUPERSTRUCTURE WORKS:

- Cementitious and granolithic screeds

- Building insulation

EXTERNAL WORKS:

- Repairs and replacement of external surfacing

- Builders works in connection with external services

Qualifications Required – Scaffolder - CISRS, PASMA or Equivalent – scaffolding only

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 1 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value linked to this Lot is the anticipated value over the 48 month period.

Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.

Lot No: 8

II.2.1) Title

Joiner, Locksmith, Fencing

II.2.2) Additional CPV code(s)

45420000

45421000

44220000

45421150

98395000

44313100

45340000

34928220

45342000

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

Joinery –

New build and refurbishment projects which may consist of but are not limited to:-

FACILITATING & RENOVATION WORKS:

- Minor demolition and investigative works

- Alteration of existing timber structures

- Temporary works to provide protection - temporary partitions, hoardings etc,

- Cutting out and replacing defective timbers, including rafter and joist-end replacements

SUPERSTRUCTURE WORKS:

- Timber frames, wall, floor, roof and ceiling constructions; including all associated linings and insulation

- Skirtings, architraves and isolated trims

- Supply and installation of timber and UPVC windows and doors

- Timber stairs, ramps and balustrades

- Timber floor finishes

- Minor suspended ceiling installations and alterations

- External timber and cement board cladding

- General glazing works and installation of roof lights

FIXTURES & FITTINGS:

- Supply and installation of cubicles, vanity units and integrated panel systems (IPS)

- Installation of domestic kitchen fittings

- Bespoke solutions - reception desks, fitted cupboards, shelving etc,

Locksmith –

- Supply and installation of mechanical or electrical locking devices

- Repairs and servicing of mechanical or electrical locking devices

Fencing –

- Supply and installation of all fencing including, but not limited to, timber, chainlink and profile mesh fencing

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 1 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value linked to this Lot is the anticipated value over the 48 month period.

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.

Lot No: 9

II.2.1) Title

Preservation, Windows, Glazier

II.2.2) Additional CPV code(s)

45421130

45421132

45421100

44221000

92522000

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

Glazier/Windows –

New build and refurbishment projects which may consist of but are not limited to:-

- Supply and installation of timber, UPVC & aluminium windows and doors

- General glazing works and installation of roof lights

Preservation works –

- To undertake full building conditions surveying of vacant or water damaged buildings, providing substantial reports on findings

- To carry out specified remedial repairs to vacant or occupied buildings

- To carry out specialist eradication works to dry rot, wet rot and other fungal infestations

Qualifications Required - PCA membership – preservation works only

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 1 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value linked to this Lot is the anticipated value over the 48 month period.

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.

Lot No: 10

II.2.1) Title

Blacksmith, Metal Fabricators

II.2.2) Additional CPV code(s)

71550000

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

Supply and installation of minor structural frames and lintels

- Supply and installation of handrails and balustrades - galvanised / powder-coated / stainless steel

- Supply and installation of entrance gates, feature fencing, security grills

- Bespoke metalwork, and signage

- Repairs to existing installations

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 400 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value linked to this Lot is the anticipated value over the 48 month period.

Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.

Lot No: 11

II.2.1) Title

Painter/Decorator

II.2.2) Additional CPV code(s)

44111400

44810000

39298900

45451000

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

Painter/Decorator –

New build and refurbishment projects which may consist of but are not limited to:-

- Internal and external works

- Surface preparation, Ames taping, filling etc,

- Surface decoration of ceilings, walls, floors, timbers and metalwork

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 2 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value linked to this lot is the anticpated value over the 48 month period.

Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.

Lot No: 12

II.2.1) Title

Flooring, Blinds

II.2.2) Additional CPV code(s)

39531400

39531310

39531300

39531100

39530000

39531000

39534000

39515410

39515000

44115700

39515440

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

Floorings -

New build and refurbishment projects which may consist of but are not limited to:-

- Surface preparation and self-levelling screeds

- Commercial carpet tiles, barrier matting, vinyl and associated trims and skirting’s

Blinds –

- Supply and installation of all blind types

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 1 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value linked to this lot is the anticpated value over the 48 month period.

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.

Lot No: 13

II.2.1) Title

Alarms, Door Entry Systems, CCTV

II.2.2) Additional CPV code(s)

35121700

31625300

35125300

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

New build and refurbishment projects which may consist of but are not limited to:-

- Supply and installation of alarm systems, CCTV and door entry systems

- Service and maintain active alarm systems, CCTV and door entry systems

- Repair faults as and when they are reported

- Provide guidance/advice on the condition of active systems and upgrades that may be required

- Repairs & Maintenance of Nurse Call Systems

Qualifications Required - NSI, SSIAB, BAFE or equivalent

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 3 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value linked to this lot is the anticpated value over the 48 month period.

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.

Lot No: 14

II.2.1) Title

Handy Person Services

II.2.2) Additional CPV code(s)

60183000

60182000

60181000

39000000

45421000

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

General maintenance works which may consist of but are not limited to:-

- Fixing and repairing shelves

- Internal moving of office furniture

- Clearing gutters and blocked rain-water drainage

- Roof and render cleaning

- Pressure washing

- Changing light bulbs

- Changing toilet seats

- Replacing plug fuses

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 100 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value linked to this lot is the anticipated value over the 48 month period.

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.

Lot No: 15

II.2.1) Title

Arboricultural Services

II.2.2) Additional CPV code(s)

77210000

76443000

77211100

77220000

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

All works must be carried out to BS 3998:2010 Tree Work – Recommendations and contractors will require to be working towards obtaining their SSIP accreditation prior to the 1st January 2020.

General Arboricultural Services

Works may consist of but are not limited to:-

We expect the successful contractor(s) to be able to carry out the following throughout the Scottish Borders area or by locality as indicated:

- Crown cleaning

- Deadwood removal

- Formative pruning

- Branch removal

- Crown lifting

- Crown thinning

- Crown reduction

- Weight reduction

- Crown shaping

- Crown balancing

- Crown rejuvenation

- Pollarding

- Tree felling

- Removal of trees adjacent to water, i.e. lochs, ponds & watercourses

- Emergency response works which may typically be as a result of tree failure, vehicular accident or weather-related emergency

Qualifications required are:

Forestry and Arboriculture Level 2

002001 or 002009 Chainsaw maintenance, 002002 Crosscut timber using a chainsaw, 002003 or 003920 Chainsaw maintenance and crosscutting, 002004 or 003921 Felling and processing small trees up to 380mm, 002005 or 003925 Branch removal and crown breakdown using a chainsaw, 002007 or 003923 Accessing a tree using a rope and harness, 002006 or 002010 or 003926 Safe use of a powered pole pruner, 002008 or 002011 or 003924 Supporting colleagues undertaking off ground tree-related operations, 002013 or 003922 Tree climbing and rescue, 002057 or 002058 Safe use of manually fed woodchipper

Forestry and Arboriculture Level 3

002101 or 002111 or 003933 Felling and processing medium trees over 380mm, 002105 or 003936 Emergency tree work operations/planning, 002106 Aerial tree rescue operations, 002107 or 002113 or 003931 Aerial tree pruning, 002108 Aerial cutting of trees with a chainsaw using free-fall techniques, 002109 or 003932 Aerial tree rigging, 002115 or 003938 Safe use of a chainsaw from a mobile elevated work platform, 002117 or 002119 or 003934 Felling and crown breakdown of large trees over 760mm

or

NPTC

CS30 Maintain and operate a chainsaw, CS31, 32, 33 Felling and processing of various sized trees, CS38 Climb trees and perform aerial rescue, CS39 Operate a chainsaw from a rope and harness, CS40 Carry out pruning operations, CS41 Undertake sectional felling operations, CS45 Arboricultural ground worker, CS47 Safe use of a chainsaw from a mobile elevated work platform, CS48 Use of powered pole pruners, CS50 Techniques for dealing with damaged trees, A06 Competence in manually fed wood chipper operations

Wind Blown Specialist -

Works may consist of but are not limited to:-

- Emergency response works to deal with damage to trees, typically during or resulting from adverse weather conditions

Qualifications required are:

As General Arboricultural Services plus:

Forestry and Arboriculture Level 3

002102 Severing uprooted or windblown trees using a chainsaw or 003937 Dealing with individual windblown trees, 003935 Dealing with interwoven stems and part blown trees

002104 or 002112 Preparing and agreeing emergency tree work operations

OR

NPTC

CS34 Sever individually uprooted trees

CS35 Sever multiple windblown trees

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value linked to this lot is the anticipated value over the 48 month period.

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

Lot No: 16

II.2.1) Title

Arboricultural Services – Stump Grinding

II.2.2) Additional CPV code(s)

03400000

77210000

76443000

76442000

03419000

77211100

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

All works must be carried out to BS 3998:2010 Tree Work – Recommendations and contractors will require to be working towards obtaining their SSIP accreditation prior to the 1st January 2020.

Stump Removal (grinding) -

Works may consist of but are not limited to:-

- Grinding (chipping or cutting are synonymous with grinding)

- Grinding to a stated depth below ground level with a proprietary machine which may be self-powered or driven from a PTO shaft

- Digging out or grubbing out

Qualifications required are –

Forestry and Arboriculture Level 2

002053 or 002054 Safe use of stump grinders

or

NPTC

A07 Competence in stump grinding operations

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 200 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value linked to this lot is the anticipated value over the 48 month period.

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.

Lot No: 17

II.2.1) Title

Network Cabling

II.2.2) Additional CPV code(s)

30237110

32412000

32412100

32412110

32412120

32410000

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

New build and refurbishment projects which may consist of but are not limited to: -

- Alteration and removal of existing services

- Communication systems - visual, audio, data

- Installation of Network Cabling (Cat 5E, Cat 6, Cat 6A and Fibre Optic)

- Installation of Wifi (Wireless access points will be supplied by our third party IT)

- Telephone Cabling (CW1308)

- Network Cabinet/rack Installation

- Containment installation

- Radio link (point to point and point to multi point)

Qualifications Required - All installers must have a minimum of CNCI (certifier network cable installer) and must have a SEPA Waste Carrier Licence.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value linked to this lot is the anticipated value over the 48 month period.

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.

Lot No: 18

II.2.1) Title

One Stop Multiple Trades Repair Service (Single Contractor)

II.2.2) Additional CPV code(s)

45262600

45262000

45260000

45421000

44220000

44221100

44221110

45421110

45421100

45332200

45330000

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

Homelessness services have a duty to provide applicants with temporary accommodation that is fit for purpose and meets the stringent standards defined by the Scottish Government. Scottish Borders Council is continuously seeking to improve the standards of temporary accommodation. We are committed to involving service users in the design and delivery of the service.

This framework lot will provide a single supplier contact for calling off multiple trades services for the homelessness services for their properties. The successful contractor will be called on to provide a responsive, reactive and planned maintenance service during the life of the framework agreement.

If acting as a lead contractor who is sub-contracting works to deliver this service the lead contractor will be responsible for ensuring that all sub-contracted contractors hold a valid Safety Schemes in Procurement (SSIP) accreditation.

Further information can be found on the specification sheet for this Lot.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 1 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value linked to this lot is the anticipated value over the 48 month period.

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.

Lot No: 19

II.2.1) Title

PAT Testing (Single Contractor)

II.2.2) Additional CPV code(s)

31000000

50000000

38500000

71631000

71630000

50532000

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

Testing of all portable electrical appliances used across the Council’s built estate.

Schedule of testing provided by SBC

Qualifications Required - NICEIC, Select or Equivalent

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 400 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value linked to this lot is the anticipated value over the 48 month period.

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.

Lot No: 20

II.2.1) Title

Lift Maintenance

II.2.2) Additional CPV code(s)

42416100

42416000

42416130

42416120

42419500

42419510

45313000

45313100

50750000

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

New build and refurbishment projects which may consist of but are not limited to:-

- repairs to existing lift infrastructure

- installation of new lift infrastructure to existing built estate

- 4hr maximum attendance guarantee to callouts

- LG1, LG5 & LG10 testing & provision of certification

- evidence of working to LOLER AND PUWER guidelines

Qualifications Required – LEIA, LEEA

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 2 200 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value linked to this lot is the anticipated value over the 48 month period.

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.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

List and brief description of conditions:

SPD(Scotland)Question 1.69 Part 4A - Service Contracts requires the following qualifications and membership for each of the following Lots:

Lot 1 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation and NICEIC, Select or Equivalent.

Lot 2 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation and NICEIC, Select or Equivalent, MCS.

Lot 3 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.

Lot 4 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.

Lot 5 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation and Gas Safe Registered, Renewables only - NICEIC, OFTEC, MCS or equivalent.

Lot 6 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.

Lot 7 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation and Scaffolder - CISRS, PASMA or Equivalent – scaffolding only.

Lot 8 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.

Lot 9 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation and PCA membership – preservation works only.

Lot 10 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.

Lot 11 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.

Lot 12 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.

Lot 13 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation and NSI, SSIAB, BAFE or equivalent.

Lot 14 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.

Lot 15 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation and Forestry and Arboriculture Level 2, 3 or NPTC (Further information detailed in specification.

Lot 16 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation and Forestry and Arboriculture Level 2 or NPTC.

Lot 17 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation and all installers must have a minimum of CNCI (certifier network cable installer) and must have a SEPA Waste Carrier Licence.

Lot 18 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation and Electrical (As per Lot 1) - NICEIC, Select or Equivalent and Plumbing, Drainage, Gas/Oil Fitting Heating (As per Lot 5) - Gas Safe Registered

Lot 19 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation and NICEIC, Select or Equivalent.

Lot 20 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation and LEIA, LEEA.

III.1.2) Economic and financial standing

Minimum level(s) of standards required:

Minimum level(s) of standards required:

SPD Scotland Question 1.71 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

- Products Liability - Minimum 5,000,000 GBP(if applicable)

- Employer's Liability - Minimum 5,000,000 GBP(if applicable)

For Lot 18 & 19 - Economic or Financial Requirements. Prior to awarding this Lot the preferred contractor will be subjected 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 =/> than 50.

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 it's part.

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 150

Justification for any framework agreement duration exceeding 4 years: This framework agreement will only be for 4 years.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 216-000007

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 29/06/2023

Local time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 29/06/2023

Local time: 15:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

This will be 2027 with the future framework as this is a crucial framework for our council.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

SPD Question 1.74 Part 4D - For Lots 15 and 16 ONLY all work Must be carried out to BS 398:2010 Tree Work Recommendations.

SPD Question 1.74 Part 4D - For all Lots contractors who have previously not been appointed to the Council's framework will be given until the 31st December 2023 to obtain their Safety Schemes in Procurement(SSIP)accreditation. Work will only be issued to contractors when they have a valid and up to date SSIP accreditation.

SPD Question 1.74 Part 4D - In addition for Lot 18 The Contractor shall ensure that the work is carried out in accordance with all relevant building maintenance and repairs to ISO 9000 standards including the latest Gas Safety (Installation and Use) Regulations 1998 Approved Code of Practice and guidance, IET Wiring Regulations 18th Edition (BS 7671:2008).

Scottish Borders Council is committed to maximising community benefit from its procurement activities. Under this procurement, the contractor and associated supply chain will be required to support the outcomes set out in the Scottish Borders Council Plan. Accordingly contract performance conditions may relate in particular to social, economic and environmental considerations.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23664. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

This is detailed within question 1.73 4C Subcontracting on the SPD

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 are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

For Lots 1 -17 & 20 Scottish Borders Council will actively engage with contractors where the total collective spend annually with the individual contractor exceeds 50,000 GBP to obtain and ensure they deliver community benefits within the Scottish Borders area.

For Lot 18 & 19 Scottish Borders Council will actively engage with the successful contractor to ensure they deliver the Community Benefits outlined in the delivery plan when responding to the Invitation to Tender.

(SC Ref:727369)

VI.4) Procedures for review

VI.4.1) Review body

Jedburgh Sheriff Court and Justice of the Peace Court

Sheriff Court House, Castlegate

Jedburgh

TD8 6AR

UK

Telephone: +44 1835863231

VI.5) Date of dispatch of this notice

18/04/2023

Coding

Commodity categories

ID Title Parent category
35121700 Alarm systems Security equipment
71550000 Blacksmith services Construction-related services
44220000 Builders joinery Structural products
31625300 Burglar-alarm systems Burglar and fire alarms
39531310 Carpet tiles Carpets
39531400 Carpeting Carpets
39531000 Carpets Carpets, mats and rugs
39530000 Carpets, mats and rugs Textile articles
38500000 Checking and testing apparatus Laboratory, optical and precision equipments (excl. glasses)
32412000 Communications network Local area network
45000000 Construction work Construction and Real Estate
39515000 Curtains, drapes, valances and textile blinds Textile household articles
45451000 Decoration work Other building completion work
31000000 Electrical machinery, apparatus, equipment and consumables; lighting Technology and Equipment
71314000 Energy and related services Consultative engineering and construction services
45342000 Erection of fencing Fencing, railing and safety equipment installation work
44115700 Exterior blinds Building fittings
34928220 Fencing components Road furniture
45340000 Fencing, railing and safety equipment installation work Building installation work
03400000 Forestry and logging products Agricultural, farming, fishing, forestry and related products
39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products Technology and Equipment
09134000 Gas oils Petroleum and distillates
42416120 Goods lifts Lifts, skip hoists, hoists, escalators and moving walkways
45111240 Ground-drainage work Demolition, site preparation and clearance work
39715200 Heating equipment Water heaters and heating for buildings; plumbing equipment
09135100 Heating oil Fuel oils
60182000 Hire of industrial vehicles with driver Hire of goods-transport vehicles with driver
60181000 Hire of trucks with driver Hire of goods-transport vehicles with driver
60183000 Hire of vans with driver Hire of goods-transport vehicles with driver
39534000 Industrial carpeting Carpets, mats and rugs
45421110 Installation of door and window frames Joinery work
45421130 Installation of doors and windows Joinery work
45421100 Installation of doors and windows and related components Joinery work
45421132 Installation of windows Joinery work
39515410 Interior blinds Curtains, drapes, valances and textile blinds
32412110 Internet network Communications network
32412120 Intranet network Communications network
45420000 Joinery and carpentry installation work Building completion work
45421000 Joinery work Joinery and carpentry installation work
39531100 Knotted carpeting Carpets
45313000 Lift and escalator installation work Electrical installation work
45313100 Lift installation work Lift and escalator installation work
50750000 Lift-maintenance services Repair and maintenance services of building installations
42416100 Lifts Lifts, skip hoists, hoists, escalators and moving walkways
42416000 Lifts, skip hoists, hoists, escalators and moving walkways Lifting and handling equipment
32410000 Local area network Networks
98395000 Locksmith services Other services
77210000 Logging services Forestry services
42416130 Mechanical lifts Lifts, skip hoists, hoists, escalators and moving walkways
44912000 Miscellaneous building stone Stone for construction
39298900 Miscellaneous decoration items Statuettes, ornaments; photograph or picture frames, and mirrors
45262600 Miscellaneous special-trade construction work Special trade construction works other than roof works
30237110 Network interfaces Parts, accessories and supplies for computers
45421150 Non-metal joinery installation work Joinery work
76442000 Open hole logging services Well-logging services
76443000 Other logging services Well-logging services
44810000 Paints Paints, varnishes and mastics
44111400 Paints and wallcoverings Building materials
42419500 Parts of lift, skip hoists or escalators Parts of lifting and handling equipment
42419510 Parts of lifts Parts of lifting and handling equipment
45410000 Plastering work Building completion work
45332000 Plumbing and drain-laying work Plumbing and sanitary works
44115200 Plumbing and heating materials Building fittings
45330000 Plumbing and sanitary works Building installation work
92522000 Preservation services of historical sites and buildings Museum services and preservation services of historical sites and buildings
50000000 Repair and maintenance services Other Services
50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment Repair and maintenance services of machinery
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work
45262120 Scaffolding erection work Special trade construction works other than roof works
45262100 Scaffolding work Special trade construction works other than roof works
35125300 Security cameras Surveillance system
45262000 Special trade construction works other than roof works Roof works and other special trade construction works
14213200 Tarmac Macadam, tarmac and tar sands
71630000 Technical inspection and testing services Technical testing, analysis and consultancy services
71631000 Technical inspection services Technical inspection and testing services
32412100 Telecommunications network Communications network
03419000 Timber Wood
77211100 Timber harvesting services Services incidental to logging
77220000 Timber-impregnation services Forestry services
39531300 Tufted carpeting Carpets
39515440 Vertical blinds Curtains, drapes, valances and textile blinds
45332200 Water plumbing work Plumbing and drain-laying work
44221110 Window frames Windows, doors and related items
44221100 Windows Windows, doors and related items
44221000 Windows, doors and related items Builders joinery
44313100 Wire-mesh fencing Metal netting

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Procurement@scotborders.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.