Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Scotland Excel
Renfrewshire House, Cotton Street
Paisley
PA1 1AR
UK
Telephone: +44 1414888230
E-mail: transport@scotland-excel.org.uk
NUTS: UKM83
Internet address(es)
Main address: http://www.scotland-excel.org.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383
I.2) Joint procurement
The contract is awarded by a central purchasing body
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
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Vehicle and Plant Hire
Reference number: 0225
II.1.2) Main CPV code
34100000
II.1.3) Type of contract
Supplies
II.1.4) Short description
This Contract Notice is in relation to the renewal framework for the hire of vehicles and plant equipment, available for all 32 council areas in Scotland and Scotland Excel Associate Members.
It is anticipated this framework will incorporate the hiring of various vehicle types, such as cars and light vehicles, minibuses/buses, refuse collection vehicles, winter maintenance vehicles and road sweeping vehicles, as well as the hiring of plant equipment such as excavation equipment, road surfacing equipment and other specialist equipment.
II.1.5) Estimated total value
Value excluding VAT:
120 000 000.00
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
Hire of Cars & Light Vehicles
II.2.2) Additional CPV code(s)
34100000
60170000
60183000
34115200
34120000
34144900
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
II.2.4) Description of the procurement
Lot 1 is for the hire of cars and light vehicles for use by all 32 Scottish councils and other contracting authorities permitted to call-off contracts under the proposed Framework Agreement.
The cars and light vehicles to be covered are, but not limited to, small cars, executive cars and vans up to 3.5 tonnes.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 25
Cost criterion: Commercial
/ Weighting: 75
II.2.6) Estimated value
Value excluding VAT:
36 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
Lot No: 2
II.2.1) Title
Hire of Minibuses / Buses
II.2.2) Additional CPV code(s)
60172000
60183000
34100000
34140000
34144900
34115200
34120000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
II.2.4) Description of the procurement
Lot 2 is for the hire of minibuses/buses with or without a driver, for use by all 32 Scottish councils and other contracting authorities permitted to call-off contracts under the proposed Framework Agreement.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 25
Cost criterion: Commercial
/ Weighting: 75
II.2.6) Estimated value
Value excluding VAT:
6 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
Lot No: 3
II.2.1) Title
Hire of Commercial Vehicles
II.2.2) Additional CPV code(s)
34140000
34100000
60183000
60182000
34144900
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
II.2.4) Description of the procurement
Lot 3 is for the hire of commercial vehicles, for use by all 32 Scottish councils and other contracting authorities permitted to call-off contracts under the proposed Framework Agreement.
The commercial vehicles to be covered are, but not limited to, tippers of various payloads, dropside crewcabs etc.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 25
Cost criterion: Commercial
/ Weighting: 75
II.2.6) Estimated value
Value excluding VAT:
19 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
Lot No: 4
II.2.1) Title
Hire of Refuse Collection Vehicles
II.2.2) Additional CPV code(s)
34140000
60181000
34144500
34144510
34144511
34144512
34144900
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
II.2.4) Description of the procurement
Lot 4 is for the hire of refuse collection vehicles, for use by all 32 Scottish councils and other contracting authorities permitted to call-off contracts under the proposed Framework Agreement.
The refuse collection vehicles to be covered are, but not limited to, a range of sizes from 3.5 Tonne to 26 Tonne.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 25
Cost criterion: Commercial
/ Weighting: 75
II.2.6) Estimated value
Value excluding VAT:
24 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
Lot No: 5
II.2.1) Title
Hire of Sweepers
II.2.2) Additional CPV code(s)
34921100
34144431
34144430
34144900
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
II.2.4) Description of the procurement
Lot 5 is for the hire of sweepers, for use by all 32 Scottish councils and other contracting authorities permitted to call-off contracts under the proposed Framework Agreement.
The sweepers to be covered are, but not limited to, a range of sweepers from 0.5 tonne to 18 tonne.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 25
Cost criterion: Commercial
/ Weighting: 75
II.2.6) Estimated value
Value excluding VAT:
9 600 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
Lot No: 6
II.2.1) Title
Hire of Gritters
II.2.2) Additional CPV code(s)
34140000
34100000
60181000
34143000
34144900
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
II.2.4) Description of the procurement
Lot 6 is for the hire of gritters, for use by all 32 Scottish councils and other contracting authorities permitted to call-off contracts under the proposed Framework Agreement.
The gritters to be included range in size from 3.5 tonne to 26 tonne.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 25
Cost criterion: Commercial
/ Weighting: 75
II.2.6) Estimated value
Value excluding VAT:
9 600 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
Lot No: 7
II.2.1) Title
Hire of Plant - Excavation Equipment
II.2.2) Additional CPV code(s)
34113300
45520000
34140000
43200000
43210000
60180000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
II.2.4) Description of the procurement
Lot 7 is for the hire of excavation plant with or without a driver or operator, for use by all 32 Scottish councils and other contracting authorities permitted to call-off contracts under the proposed Framework
Agreement.
The plant equipment to be covered is, but is not limited to, dozers, dumpers and excavators.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 25
Cost criterion: Commercial
/ Weighting: 75
II.2.6) Estimated value
Value excluding VAT:
3 600 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information
Lot No: 8
II.2.1) Title
Hire of Plant - Road Surfacing Equipment
II.2.2) Additional CPV code(s)
43312000
60180000
34921000
34140000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
II.2.4) Description of the procurement
Lot 8 is for the hire of road surfacing plant with or without a driver or operator, for use by all 32 Scottish councils and other contracting authorities permitted to call-off contracts under the proposed Framework Agreement.
The plant equipment to be covered is, but is not limited to, spreaders, pavers and rollers.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 25
Cost criterion: Commercial
/ Weighting: 75
II.2.6) Estimated value
Value excluding VAT:
7 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
Lot No: 9
II.2.1) Title
Hire of Plant - Lifting Equipment
II.2.2) Additional CPV code(s)
42414100
34140000
42414000
45510000
34142100
34514700
42410000
42414310
42418000
42415100
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
II.2.4) Description of the procurement
Lot 9 is for the hire of plant lifting equipment with or without an operator, for use by all 32 Scottish councils and other contracting authorities permitted to call-off contracts under the proposed Framework Agreement.
The plant lifting equipment to be covered is, but is not limited to, Telehandlers, Access Platforms, Scissor Lifts etc.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 25
Cost criterion: Commercial
/ Weighting: 75
II.2.6) Estimated value
Value excluding VAT:
1 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
Lot No: 10
II.2.1) Title
Hire of Grounds Maintenance Equipment
II.2.2) Additional CPV code(s)
43325100
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
II.2.4) Description of the procurement
Lot 10 is for the hire of grounds maintenance equipment, for use by all 32 Scottish councils and other contracting authorities permitted to call-off contracts under the proposed Framework Agreement.
The grounds maintenance equipment to be covered is, but is not limited to, mowers or woodchippers of various sizes.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 25
Cost criterion: Commercial
/ Weighting: 75
II.2.6) Estimated value
Value excluding VAT:
1 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
Lot No: 11
II.2.1) Title
Hire of Specialist Equipment
II.2.2) Additional CPV code(s)
34114000
34100000
34140000
34144000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
II.2.4) Description of the procurement
Lot 11 is for the hire of specialist vehicles, for use by all 32 Scottish councils and other contracting authorities permitted to call-off contracts under the proposed Framework Agreement.
The specialist vehicles to be covered is, but is not limited to, multi-use utility vehicles.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 25
Cost criterion: Commercial
/ Weighting: 75
II.2.6) Estimated value
Value excluding VAT:
1 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
Lot No: 12
II.2.1) Title
Hire of Drainage Equipment
II.2.2) Additional CPV code(s)
34144431
33141642
34140000
43324000
34144410
42120000
42122220
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
II.2.4) Description of the procurement
Lot 12 is for the hire of drainage vehicles and/or equipment, for use by all 32 Scottish councils and other contracting authorities permitted to call-off contracts under the proposed Framework Agreement.
The drainage equipment to be covered is, but is not limited to, a range of gully emptiers, vactors or pumps of various sizes.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 25
Cost criterion: Commercial
/ Weighting: 75
II.2.6) Estimated value
Value excluding VAT:
1 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
In accordance with Regulation 59(12), as this proposed framework agreement is divided into lots, these economic and financial standing selection criteria apply separately in relation to each individual lot.
1. SPD (Scotland) Questions 4B.5.1 and 4B.5.2 - Insurance Requirements
2. SPD (Scotland) Questions 4B.6 - Other Economic and Financial Requirements
Minimum level(s) of standards required:
INSURANCE REQUIREMENTS:
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
ALL LOTS
Employer’s (Compulsory) Liability Insurance – no less than GBP 10million indemnity limit each and every claim.
Public/Products Liability Insurance – no less than GBP 5million any one occurrence (in the aggregate for Products Liability).
Motor Vehicle Insurance – statutory third-party motor vehicle liability insurance to a minimum indemnity limit of GBP 5million for property damage and unlimited for Third Party Injury.
For tenderers who will sub contract parts of the business, it is a requirement that the tenderer requires to provide a letter signed by a person of appropriate authority confirming that the tenderer has ongoing arrangements in place to ensure that subcontractors’ vehicles are appropriately insured and maintained.
LIMITATIONS ON LIABILITY are detailed in the published terms and conditions of contract. FURTHER LIMITATIONS on LIABILITY ARE NOT ACCEPTED.
OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:
Tenderers will pass the economic and financial standing test where Scotland Excel is assured of the tenderer’s financial viability and sustainability for participation in the contract. As such, an Equifax search of the tenderer must not identify financial risk by means of: an adverse rating; or warning; or caution code.
Where such a risk is identified at any stage of the exercise, the tenderer will fail selection and be excluded from award. At Scotland Excel’s sole discretion, alternative means of proof may be considered in accordance with Regulation 61 of the Public Contracts (Scotland) Regulations 2015.
SCOTLAND EXCEL MUST BE NOTIFIED OF ANY CHANGE OF CIRCUMSTANCES WHICH IMPACTS ON THE ECONOMIC AND FINANCIAL STANDING TEST. AWARD RECOMMENDATIONS ARE SUBJECT TO CONTINUED COMPLIANCE WITH THE TENDER REQUIREMENTS.
Tenderers relying on the financial standing of a parent company who are unable to commit to obtaining a parent company guarantee may be assessed as a FAIL and with be excluded from the competition.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
In accordance with Regulation 59(12), as this proposed framework agreement is divided into lots, these technical and professional ability selection criteria apply separately in relation to each individual lot.
-SPD (Scotland) Question 4C.10 – Subcontracting
-SPD (Scotland) Question 4D.1 - Quality Assurance Schemes and Health and Safety Procedures
-SPD (Scotland) Question 4D.2 - Environmental Management Standards
Minimum level(s) of standards required:
SPD (SCOTLAND) QUESTION 4C.10 - SUBCONTRACTING:
Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off under the proposed framework agreement. If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely to satisfy the selection criteria, you must secure that each subcontractor completes a separate SPD (Scotland) Response for all Parts of the SPD (Scotland) Qualification Envelope, except Part 4 (Selection criteria). Please note that these subcontractors on whose capacity the tenderer does not rely will be subject to the rules regarding Exclusion as set out in II.2.14.
SPD (SCOTLAND) QUESTION 4D.1 - QUALITY ASSURANCE SCHEMES:
The tenderer must have the following:
The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).
OR
A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the tenderer has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.
SPD (SCOTLAND) QUESTION 4D.1 - HEALTH AND SAFETY PROCEDURES:
The tenderer must have the following:
The tenderer MUST HOLD a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
OR
A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation.
SPD (SCOTLAND) QUESTION 4D.2 - ENVIRONMENTAL MANAGEMENT STANDARDS:
The tenderer must have the following:
The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.
OR
A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the tenderer's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
For full details of the conditions relevant to the proposed Framework Agreement and contracts to be called off thereunder, please refer to the tender documents (“Section I.3 Communication”).
Tenderers require to confirm their acceptance of the terms and conditions. TENDERS MADE SUBJECT TO CONDITIONS MAY NOT BE CONSIDERED AND MAY BE REFUSED ON THE GROUNDS OF SUCH CONDITIONS ALONE.
Scotland Excel may require the members of any tendering group of entities (including, but not limited to consortium members, members of a group of economic operators and/or sub-contractors) to be jointly and severally liable for the performance of the contract and may require them to assume a specific legal form for the purposes of the appointment to the Framework. For further information relative to the submission of consortia tenders, tenders by groups of economic operators and sub-contracting, please refer to the tender documentation available in the relevant PCS-T project for this procurement exercise.
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: 60
IV.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction:
Electronic auctions may be used where competition is re-opened for the purposes of awarding a Competitive Order. If required, the Council will issue information on how electronic auctions will operate at the appropriate time.
IV.1.8) 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:
2025/S 000-032129
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
16/03/2026
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: 5 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
16/03/2026
Local time: 12:00
Place:
Tenders will be opened electronically, using PCS-T, via Scotland Excel’s offices at the address shown in section I.1 (Contracting Authority) of this Notice.
Information about authorised persons and opening procedure:
Officers permitted to open tenders on behalf of Scotland Excel under its governance arrangements.
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
This procurement process is subject to the Law and Guidance applicable in Scotland relative to the award of public contracts including (without limitation) as set out in the Public Contracts (Scotland) Regulations 2015 as currently in force.
Scotland Excel is a central purchasing body procuring this framework on behalf of the following contracting authorities (and successor bodies):
A) The 32 local authorities in Scotland as listed at https://home.scotland-excel.org.uk/about-us/our-members
B) Scotland Excel associate members as listed at https://home.scotland-excel.org.uk/about-us/our-members
C) any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working) (Scotland)Act 2014.
D) Any Scottish Registered Social Landlords listed on the public register of the Scottish Housing Regulator:http://directory.scottishhousingregulator.gov.uk/Documents/Landlord%20Register.pdf as at the date of publication of this notice.
E) Tayside Contracts
F) Advanced Procurement for Universities and Colleges (APUC Ltd) and their member organisations across the higher and further education sector in Scotland and their associated and affiliated bodies.
G) Scottish Prison Service (SPS)
H) Scottish National Health Service Authorities, including any body created pursuant to the National Health Service Scotland Act (1978)
I) Transport Scotland
J) Scottish Government and Scottish Central Government Bodies.
The above is subject to each contracting authority entering into and maintaining a relevant membership agreement or other access agreement with Scotland Excel.
Further to IV.1.3, the envisaged maximum number of participants that might be appointed to the proposed framework agreement is purely indicative and Scotland Excel reserves the right to appoint more or less tenderers than the envisaged maximum number.
Further to VI.2 tenderers are advised whether electronic ordering, invoicing and payment will be used or accepted is at the discretion of each contracting authority which will be settled by them at point of use.
REBATE REQUIREMENTS: Tenderers should note retrospective rebates apply to this Framework. Further details are contained within the tender documents.
IMPORTANT NOTE FOR TENDERERS: For some lots, particular requirements apply, including but not limited to, the requirement to evidence conformance with the Tender Specification in all lots. Bids MAY be excluded from evaluation (in whole, or in part) if they do not include the information required in accordance with instructions given. Bids may be subject to a specific EVALUATION APPROACH in particular circumstances detailed in the instructions. Further detailed information and instructions are contained within the tender documents located within the Information and Instructions to Tenderers including Evaluation Methodology document.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30009. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that Scotland Excel intends to include community benefit requirements. For this framework Scotland Excel are seeking mandatory Community Benefits. As such, agreement to the Community Benefits approach is an essential requirement. As part of your response, Tenderers will be requested to commit to delivery of community benefits in accordance with the methodology outlined in the tender documents.
(SC Ref:810626)
VI.4) Procedures for review
VI.4.1) Review body
Court of Session
Parliament Square
Edinburgh
EH1 1RQ
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.
VI.5) Date of dispatch of this notice
13/02/2026