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

Winter Maintenance Assistance Framework Agreement

  • First published: 04 August 2020
  • Last modified: 04 August 2020

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:
Published by:
Scottish Borders Council
Authority ID:
AA21029
Publication date:
04 August 2020
Deadline date:
04 September 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This lot will consist of several contractors who would be available to assist with snow clearing. Winter maintenance will be on a call off basis, and be available to provide the service at short notice. The Council will only request additional assistance when it is unable to meet the demands of gritting and snow clearing operations on roads and footways with its own in-house resources.

There can be no guarantee as to the level of assistance that will be required, if any at all.

Contractors must ensure that all drivers/operators hold the appropriate licence.

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

Fax: +44 1835825150

NUTS: UK

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.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 to the abovementioned address


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Winter Maintenance Assistance Framework Agreement

Reference number: SBC/CPS/1826

II.1.2) Main CPV code

90620000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Scottish Borders Council (the Council) is seeking third party providers to assist in the delivery of winter maintenance activities throughout the Scottish Borders from October 2020.

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

Emergency Response/Reactive Treatments

II.2.2) Additional CPV code(s)

90620000

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

This lot will consist of contractor(s)making themselves available to respond to carry out a reactive treatment to the Council’s roads network and will operate on a stand - by basis. The contractor(s)will be expected to report to the appropriate roads depot within 1 hour of receipt of the request.

All drivers within this lot are required to hold a Class C licence.

II.2.5) Award criteria

Criteria below:

Quality criterion: Ability to meet requirements / Weighting: 30

Quality criterion: Service back up / Weighting: 25

Quality criterion: Contract implementation/exit / Weighting: 15

Quality criterion: Response times / Weighting: 25

Quality criterion: Fair working practices / Weighting: 5

Price / Weighting:  70

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:

The framework will be for a maximum period of 48 months. The initial period of the framework will be for 24 months from the starting date with an option to extend for up to a further 24 months subject to satisfactory operation and performance. Any periods of extension will be at the sole discretion of the Council.

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

For lot 1 you can submit a bid as a driver and gritter and/or as a driver only in lot 1a.

Lot No: 2

II.2.1) Title

Provision of Planned Winter Service Treatments on Priority Carriageway Routes (am/pm)

II.2.2) Additional CPV code(s)

43313100

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

This lot will consist of a contractor(s)undertaking a designated route/multiple routes from specific roads depots. The contractor(s)will provide a treatment service from 1st November-31st March, the duration of the winter period, and during October and April, where weather conditions dictate, there may be ad-hoc treatments requested of the supplier. The treatment service will be for a 24 hour period, 7 days a week including public holidays.

Ad-hoc treatments will be specified as required, delivery may be agreed daily with the winter decision maker. The Council will request the treatment of priority carriageway routes on instruction by the duty Winter Decision Maker.

Drivers are required to hold a Class C or C1 licence depending on the size of vehicle.

II.2.5) Award criteria

Criteria below:

Quality criterion: Ability to meet requirements / Weighting: 30

Quality criterion: Service back up / Weighting: 25

Quality criterion: Contract implementation/exit / Weighting: 15

Quality criterion: Response times / Weighting: 25

Quality criterion: Fair working practices / Weighting: 5

Price / Weighting:  70

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:

The framework will be for a maximum period of 48 months. The initial period of the framework will be for 24 months from the starting date with an option to extend for up to a further 24 months subject to satisfactory operation and performance. Any periods of extension will be at the sole discretion of the Council.

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

For lot 2 you can submit a bid as a driver and gritter and/or as a driver only in lot 2a.

Lot No: 3

II.2.1) Title

Assistance for Snow Clearing Operations within Roads and Footways and other Council Locations

II.2.2) Additional CPV code(s)

90620000

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

This lot will consist of several contractors who would be available to assist with snow clearing. Winter maintenance will be on a call off basis, and be available to provide the service at short notice. The Council will only request additional assistance when it is unable to meet the demands of gritting and snow clearing operations on roads and footways with its own in-house resources.

There can be no guarantee as to the level of assistance that will be required, if any at all.

Contractors must ensure that all drivers/operators hold the appropriate licence.

II.2.5) Award criteria

Criteria below:

Quality criterion: Ability to meet requirements / Weighting: 30

Quality criterion: Service back up / Weighting: 25

Quality criterion: Contract implementation/exit / Weighting: 15

Quality criterion: Response times / Weighting: 25

Quality criterion: Fair working practices / Weighting: 5

Price / Weighting:  70

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:

The framework will be for a maximum period of 48 months. The initial period of the framework will be for 24 months from the starting date with an option to extend for up to a further 24 months subject to satisfactory operation and performance. Any periods of extension will be at the sole discretion of the Council.

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

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:

ESPD(Scotland)Question 1.77 Part 4C Qualifications — Class C licence and Class C1.

Certification to operate any plant or vehicles they will be responsible for.

Hold or working towards a winter maintenance qualification.

Gritters require to be supplied with a valid calibration certificate. All vehicles should have legal certifications such as MOT, servicing and Road Tax.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Minimum level(s) of standards required:

ESPD Scotland Question 1.74 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 GBP 5 000 000;

— employer's liability: minimum GBP 5 000 000 (if applicable);

— motor insurance as required.

For lot 2 (Only) — ESPD Question Part 4B.6 Question 1.74.6 — economic or financial requirements. If applicable prior to awarding lot 2, contractors will be subject to a credit safe check to assess the economic financial standing. The contractor will be required to co-operate with the Council and may be asked to provide copies of their last 2 financial audited accounts to assist with this process. The contractor will be required to obtain a Credit safe rating >= 35.

The Council reserves the right to exclude economic operators who fail to meet this rating and reserves the right not to award a contract without liability on its part.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

Health and safety procedures

ESPD (Scotland) Question 1.80.1 Part 4D — quality assurance schemes — the following is required an ISO 18001 and then BS EN ISO 45001:(2016 or 2017) when the standard became auditable.

or,

A documented health and safety policy or where applicable (less than 5 employees, self-employed etc.) provide a statement of health and safety Intent and similarly, where recorded, provide examples of risk assessments likely to be associated with carrying out this type of work(3 minimum.

These should include safety of staff and others, members of the public, operation of vehicles, plant and equipment and include their current Covid-19 Risk Controls.


Minimum level(s) of standards required:

Organisations with less than five employees are not required by law to have a documented policy statement. The need to reduce documentary requirements on micro businesses in particular will be taken into account by buyers and the evaluation panel.

Method statements and risk assessments for risks likely to be associated with carrying out this type of work including Covid-19 risk controls.

III.2) 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: 10

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 04/09/2020

Local time: 12:00

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: 04/09/2020

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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

Contractors should note that when it is judged by the Council (at their sole discretion)to be appropriate the Council will collaborate with the relevant bodies(including Police Scotland) to actively share significant elements of information provided and detailed in this response.

Tenderers are advised that the envisaged maximum number of participants as set out in IV.1.3) of this contract notice is indicative. The Council reserves the right to appoint more or less tenderers as and if required.

Once the initial ESPD evaluation has been completed the following documents will be required. You will be notified directly informing you which documents you need to provide using the request for documentation process.

1) evidence of your company's insurance certification detailing the required level of insurance as per the levels stated within this contract notice;

2) completed copy of the certificate of non collusion;

3) completed copy of the canvassing declaration;

4) completed copy of the freedom of information schedule;

5) completed copy of the non involvement in serious organised crime declaration;

6) and any other documentation required.

The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 16289. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:621940)

VI.4) Procedures for review

VI.4.1) Review body

Jedburgh Sherriff Court and Justice of the Peace Court

Sheriff Court House Castlegate

Jedburgh

TD8 6AR

UK

Telephone: +44 1835863231

E-mail: jedburgh@scotcourts.gov.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The contracting authorities will incorporate a minimum 10 day standstill period at the point of information on the award of the contract is communicated to tenderers. The Public contract (Scotland) Regulations 2015 (SSI, 2015 No446) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rule to take action in the Sherriff Court or Court of Session.A claim for an ineffectiveness order must be made within 30 days of the framework agreement award being published on the OJEU or within 30 days of the date to those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.

VI.5) Date of dispatch of this notice

30/07/2020

Coding

Commodity categories

ID Title Parent category
90620000 Snow-clearing services Cleaning and sanitation services in urban or rural areas, and related services
43313100 Snowploughs Snowploughs and snowblowers

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.