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.
The procurement documents are available for unrestricted and full direct access, free of charge at:
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.
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
This will be 2027 with the future framework as this is a crucial framework for our council.
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:
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
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.