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

Subcontractor Services Framework Agreement

  • First published: 09 October 2025
  • Last modified: 09 October 2025
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04f899
Published by:
Scottish Borders Council
Authority ID:
AA21029
Publication date:
09 October 2025
Deadline date:
17 November 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Scottish Borders Council (the Council) wishes to establish a 2nd generation framework agreement for the provision of Subcontracting Services for use by Council services, including the Council’s significant trading organisation SBc Contracts and other named collaborative partners.

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

Contact person: Procurement

Telephone: +44 1835824000

E-mail: procurement@scotborders.gov.uk

NUTS: UKM91

Internet address(es)

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

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

I.1) Name and addresses

Scottish Borders Housing Association Ltd

South Bridge House, Whinfield Road

Selkirk

TD7 5DT

UK

Telephone: +44 1750724444

E-mail: enquiries@sbha.org.uk

Fax: +44 1750724445

NUTS: UKM91

Internet address(es)

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

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

I.1) Name and addresses

Eildon Housing Association

The Weaving Shed, Ettrick Mill, Dunsdale Road

Selkirk

TD7 5EB

UK

Telephone: +44 3000200217

E-mail: enquiries@eildon.org.uk

NUTS: UKM91

Internet address(es)

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

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11283

I.1) Name and addresses

NHS Borders

Borders General Hospital

Melrose

TD6 9BS

UK

Telephone: +44 1896826339

E-mail: alistair.meikle@borders.scot.nhs.uk

NUTS: UKM91

Internet address(es)

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

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11162

I.1) Name and addresses

Borders College

Scottish Borders Campus, Nether Road

Galashiels

TD1 3HE

UK

Telephone: +44 1896662678

E-mail: bmccluskey@borderscollege.ac.uk

Fax: +44 1896758179

NUTS: UKM91

Internet address(es)

Main address: www.borderscollege.ac.uk

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

I.1) Name and addresses

Berwickshire Housing Association Ltd

55 Newtown Street, Duns

Berwickshire

TD11 3AU

UK

Telephone: +44 1361884000

E-mail: info@berwickshirehousing.org.uk

NUTS: UKM91

Internet address(es)

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

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

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

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

https://www.publiccontractsscotland.gov.uk/Default.aspx


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publiccontractsscotland.gov.uk/Default.aspx


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

Subcontractor Services Framework Agreement

Reference number: 1001433

II.1.2) Main CPV code

50000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Scottish Borders Council (the Council) wishes to establish a 2nd generation framework agreement for the provision of Subcontracting Services for use by Council services, including the Council’s significant trading organisation SBc Contracts and other named collaborative partners.

II.1.5) Estimated total value

Value excluding VAT: 25 000 000.00  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

Lot 1 - Groundworks & Hard Landscaping

II.2.2) Additional CPV code(s)

45262500

45112700

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

Infrastructure, new build and maintenance projects which may consist of but are not limited to:

-excavation - deposit on site and disposal off site, topsoil, subsoil, unacceptable and hard material;

-sub-base – placement of, compaction of surfaces;

-drainage – excavating and laying, external drain lines and ancillary items, to foul and surface water, excavation and construction of manholes;

-service tracks - excavation of varying services, laying of ducting/services;

-kerbing & edging – excavation for, laying concrete kerb logs, placement of kerbs/edging including concrete haunching;

-paving - preparing base, setting out and laying concrete paviours, natural stone paviours, whin setts, natural stone paving slabs, concrete paving slabs;

-piling – setting out and placement of sheet piles, bored plies etc.;

-concreting – placement in foundation, floors, walls;

-gabion baskets & other retaining structures;

-surfacing;

-surface dressing.

II.2.5) Award criteria

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

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

Lot No: 2

II.2.1) Title

Lot 2 - Masonry and Builder Work

II.2.2) Additional CPV code(s)

45262500

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

Supply of labour for infrastructure, new build and maintenance projects which may consist of but are not limited to:

-construction of walls, from sub-structure to superstructure, and external standalone structures. constructed in blockwork, brickwork (including facing brick), natural masonry and all associated labours/sundries;

-stone masonry work including alteration of existing masonry structures (walls, bridges and the like), dressed stonework and random rubble walling;

-coping – bedding of copes to above-described areas as applicable;

-pointing of new built works, and/or existing, sand & cement or lime mortar, to above-described areas as applicable.

II.2.5) Award criteria

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

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

Lot No: 3

II.2.1) Title

Lot 3 - Formwork, Steel Fixing, Structural Steel Buildings, Structural Concrete Floor and Screeding

II.2.2) Additional CPV code(s)

43400000

45262410

45262420

44114200

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

Formwork using hired systems or site fabricated timber and steel fixing using mesh or rebar etc. for infrastructure, new build and maintenance projects which may consist of but are not limited to:

-bridge abutments;

-bridge decks;

-retaining wall;

-ground beams;

-concrete floor slabs;

-structural steel buildings;

-structural concrete floor and screeding.

II.2.5) Award criteria

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

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

Lot No: 4

II.2.1) Title

Lot 4 - Commercial Scaffolding

II.2.2) Additional CPV code(s)

44212310

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

Scaffolding works for infrastructure, new build and maintenance projects which may consist of but are not limited to:

-supply, erection, which includes the hire and dismantling of scaffolding;

-encapsulation, enclosing the scaffold structure with protective sheeting or materials;

-supply, erection, hire and dismantling of working access including staircases;

-installation and maintenance of pulley systems;

-weekly inspections;

-design work;

-working over watercourses where existing structure is a masonry or other bridge.

II.2.5) Award criteria

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

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

Lot No: 5

II.2.1) Title

Lot 5 - Soft landscaping

II.2.2) Additional CPV code(s)

45112700

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

Soft landscaping for infrastructure, new build and maintenance projects which may consist of but are not limited to:

-preparation, cultivation & fertilisation of planting area;

-supply and planting of trees, hedging, shrubs, bulbs, ground cover, wildflower and other plants;

-supply and installation of tree pits, including irrigation systems;

-turfing;

-grass-seeding;

-grass-cutting;

-maintenance works (contract and annual).

II.2.5) Award criteria

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

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

Lot No: 6

II.2.1) Title

Lot 6 - Arboricultural

II.2.2) Additional CPV code(s)

77211400

77342000

77340000

77211500

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

Arboricultural works for infrastructure, new build and maintenance projects which may consist of but are not limited to:

-tree felling;

-logging, mulching and disposal of felled trees;

-hedge trimming;

-removal of wind-blown branches and fallen trees from public roads.

II.2.5) Award criteria

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

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

Lot No: 7

II.2.1) Title

Lot 7 - Fencing

II.2.2) Additional CPV code(s)

45342000

45340000

44313100

44231000

34928310

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

Fencing for infrastructure, new build and maintenance projects which may consist of but are not limited to:

-post & wire fencing;

-stock proof fencing;

-post & rail fencing;

-close boarded fencing;

-industrial fencing;

-temporary & HERAS fencing.

II.2.5) Award criteria

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

II.2.7) 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

Lot No: 8

II.2.1) Title

Lot 8 - Bridge, Road and Footpath Surfacing and Maintenance

II.2.2) Additional CPV code(s)

45233220

45233253

45233251

45233200

45233228

45262300

45262310

45221100

45262210

45261420

45233222

45233120

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

Includes surfacing and patching works for infrastructure, new build and maintenance projects which may consist of but are not limited to:

-surfacing to roads and footpaths;

-planing, patching of footpaths and roads may also include the disposal of road planings;

-bond coating;

-pavement reinforcing;

-bridge pointing;

-waterproofing;

-service track reinstatement;

-playground & public areas;

-driveway surfacing;

-bond coating works which may consist of but are not limited to:

-trunk roads;

-public highways;

-private roads;

-new road construction with housing and industrial sites.

II.2.5) Award criteria

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

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

Lot No: 9

II.2.1) Title

Lot 9 - Road marking

II.2.2) Additional CPV code(s)

34922100

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

Road marking works for infrastructure, new build and maintenance projects which may consist of but are not limited to:

-road marking – removal & application;

-road studs;

-high friction surfacing;

-decorative resin bond gravel surfacing.

II.2.5) Award criteria

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

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

Lot No: 10

II.2.1) Title

Lot 10 - Jet patching

II.2.2) Additional CPV code(s)

44512600

45233142

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

Jet Patching works which may consist of but are not limited to:

-local authority maintenance works;

-public highways;

-private roads.

II.2.5) Award criteria

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

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

Lot No: 11

II.2.1) Title

Lot 11 - Roadside Maintenance

II.2.2) Additional CPV code(s)

90640000

90610000

50230000

77314000

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

Grass verge works which may consist of but are not limited to:

-grass cutting;

-strimming for public highway maintenance works.

Road sweeping works which may consist of but are not limited to:

-local authority cyclic maintenance works;

-trunk roads;

-public highways;

-private roads;

-new road construction with housing and industrial sites.

Gully emptying works which may consist of but are not limited to:

-local authority cyclic maintenance works;

-public highways;

-private roads.

II.2.5) Award criteria

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

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

Lot No: 12

II.2.1) Title

Lot 12 - Traffic Management

II.2.2) Additional CPV code(s)

50232200

63712200

45233292

34928470

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

Provision of traffic management - installed, fitted and maintained and may consist of but are not limited to:

-local authority maintenance works;

-public highways;

-trunk roads;

-private roads.

Including:

-traffic light set up & hire;

-stop/go;

-convoying;

-road closures.

II.2.5) Award criteria

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

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

Lot No: 13

II.2.1) Title

Lot 13 - Material & Laboratory Services

II.2.2) Additional CPV code(s)

71620000

71351500

71600000

71631400

45120000

71630000

71631480

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

Material and laboratory services for infrastructure, new build and maintenance projects which may consist of but are not limited to:

-sampling and analysis of inert and contaminated soils;

-ground investigation surveys;

-CBR testing;

-plate bearing tests;

-testing of concrete, quarry and bitumen materials;

-road coring

-road surfacing testing – temperatures, sand patching etc., laying records, surface;

irregularity, texture depth

-road surface dressing testing – binder and chip spreading; rate of spread and accuracy of spread.

II.2.5) Award criteria

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

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

Lot No: 14

II.2.1) Title

Lot 14 - Water Services

II.2.2) Additional CPV code(s)

39370000

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

Water services for infrastructure, new build and maintenance projects which may consist of but are not limited to:

-housing;

-industrial development;

-public building, schools etc.

Includes:

-civil engineering works;

-utility works;

-diversion works road surface dressing testing – binder and chip spreading; rate of spread and accuracy of spread.

II.2.5) Award criteria

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

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

Lot No: 15

II.2.1) Title

Lot 15 - Professional Services

II.2.2) Additional CPV code(s)

98110000

98112000

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

Professional services for site construction works. This includes but is not limited to:

-site management

-site engineers

-setting out

-quantity surveying and estimating

For infrastructure, new build and maintenance projects which may consist of but are not limited to:

-industrial development;

-public building, schools etc.

-civil engineering works;

utility works;

II.2.5) Award criteria

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

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

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:

Required qualifications and other requirements:

Lot 1 -

-Certification under Safety Schemes in Procurement (SSIP) or Adoptee Contractor

-CSCS cards;

-NRSWA

-NPORS, or equivalent;

-HGV category C licenses;

-Certificate of Professional Competence (CPC);

-Plant testing and maintenance documentation

Lot 2 -

-Certification under Safety Schemes in Procurement (SSIP) or Adoptee Contractor

-CSCS cards;

-NRSWA

-NPORS, or equivalent.

Lot 3 -

-Certification under Safety Schemes in Procurement (SSIP) or Adoptee Contractor

-CSCS cards;

-NPORS, or equivalent;

-NRSWA

-HGV category C licenses;

-Certificate of Professional Competence (CPC);

-Plant testing and maintenance documentation

Lot 4 -

-Certification under Safety Schemes in Procurement (SSIP) or Adoptee Contractor

-NRSWA

-Member of approved contractor scheme such as Construction Industry Scaffolders Record Scheme (CISRS), Prefabricated Access Contractors’ and Manufacturers’ Association (PASMA); or equivalent.

Lot 5 -

-Certification under Safety Schemes in Procurement (SSIP) or Adoptee Contractor

Lot 6 -

-Certification under Safety Schemes in Procurement (SSIP) or Adoptee Contractor

-National Proficiency Test Council (NPTC) please see Schedule 1 specification for full details

-Forestry and Arboriculture Level 2 please see Schedule 1 specification for full details

-Forestry and Arboriculture Level 3 please see Schedule 1 specification for full details

Lot 7 -

-Certification under Safety Schemes in Procurement (SSIP) or Adoptee Contractor

Lot 8 -

-Certification under Safety Schemes in Procurement (SSIP) or Adoptee Contractor

-Tanker Calibration Certification to BS1707: 1989 Appendix A

-CSCS cards;

-NPORS, or equivalent;

-HGV category C licenses;

-National Highways Sector Scheme accreditation

-Certificate of Professional Competence (CPC);

-Plant testing and maintenance documentation

Lot 9 -

-Certification under Safety Schemes in Procurement (SSIP) or Adoptee Contractor

-CSCS cards;

-NPORS, or equivalent;

-HGV category C licenses;

-National Highways Sector Scheme accreditation level 7

-Certificate of Professional Competence (CPC);

-Plant testing and maintenance documentation

-HAPAS Type 1 approved installer

Lot 10 -

-Certification under Safety Schemes in Procurement (SSIP) or Adoptee Contractor

-CSCS cards;

-NPORS, or equivalent;

-HGV category C licenses;

-Certificate of Professional Competence (CPC);

-Plant testing and maintenance documentation

Lot 11 -

-Certification under Safety Schemes in Procurement (SSIP) or Adoptee Contractor

-CSCS cards;

-NPORS, or equivalent;

-National Highways Sector Scheme accreditation

-HGV category C licenses;

-Certificate of Professional Competence (CPC);

-Plant testing and maintenance documentation

Lot 12 -

-Certification under Safety Schemes in Procurement (SSIP) or Adoptee Contractor

-CSCS cards;

-NPORS, or equivalent;

-HGV category C licenses;

-National Highways Sector Scheme accreditation 12D

-Certificate of Professional Competence (CPC);

-Plant testing and maintenance documentation

Lot 13 -

-Certification under Safety Schemes in Procurement (SSIP) or Adoptee Contractor

-CSCS cards;

-NPORS, or equivalent;

-Plant testing and maintenance documentation

Lot 14 -

-Certification under Safety Schemes in Procurement (SSIP) or Adoptee Contractor

-CSCS cards;

-NPORS, or equivalent;

-Plant testing and maintenance documentation

-Scottish Water Approved Contractor Certification

-Member of Approved Contractor Scheme for example Water Safe, Scottish and Northern Ireland Plumbing Employers’ Federation (SNIPEF)

Lot 15 -

-CSCS cards;

-NPORS, or equivalent;

-Member of the relevant professional body, e.g. Royal Institution of Chartered Surveyors (RICS)

III.1.2) Economic and financial standing

List and brief description of selection criteria:

[4B6] Other economic or financial Requirements - Economic and Financial Standing Contractors to be subject to a Credit safe check.

[4B5b] Insurance - Employer's (Compulsory) Liability

[4B5c] Insurance - All other types listed


Minimum level(s) of standards required:

[4B6] Other economic or financial Requirements - Economic and Financial Standing:

The Council will carry out a Credit safe check on the Bidder. In the event that the Bidder’s credit score rating is insufficient, the Council reserves the right to require that the Bidder provides further assurance of financial capability which may include financial information (e.g. audited accounts). Bidders unable to provide additional financial assurance to the full satisfaction of the Council will be disqualified from further consideration.

[4B5b] Insurance - Employer's (Compulsory) Liability Minimum amount

5 million GBP each and every claim

[4B5c] Insurance - All other types listed Public Liability Minimum amount

5 million GBP each and every claim

III.1.3) Technical and professional ability

List and brief description of selection criteria:

SPD Question [4A1b] Enrolment in a trade register

The bidder is enrolled in the relevant professional or trade registers kept in its country of establishment:


Minimum level(s) of standards required:

Under the Councils Control of Contractors Policy any contractor appointed to the framework will be required to annually maintain their SSIP Membership (Safety Schemes in Procurement) to carry out any work from this framework, full details are provided within the Control of Contractors Policy Section 7 along with the specific accreditations/qualifications required for each lot from the Specification.

If contractors have no certification to satisfy the requirement they must adopt and work within the scope of the Council’s policies and procedures which will be instructed and managed by SBc Contracts management as required.

Appointed Contractors will be required to update their SSIP memberships, Employee and Liability insurance details, Accreditations and Professional Memberships, prior to any Expiration dates via the ASSURE portal, which is the Council's Online Health and Safety System.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Details are provided within the Framework Terms and Conditions.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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: 105

Justification for any framework agreement duration exceeding 4 years: Not applicable

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 000-011191

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

Date: 17/11/2025

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

Tender must be valid until: 16/02/2026

IV.2.7) Conditions for opening of tenders

Date: 17/11/2025

Local time: 13:00

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 and collaborative partners) to actively share significant elements of information provided and detailed in this response.

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

Please do not embed documents into the SPD as these cannot be accessed by procurement. Documents should be submitted to the post-box.

Once the initial SPD (Scotland) evaluation you will be notified directly informing you which further documents you need to provide using the Request for Documentation process.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=811774.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

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:

Over the term of this framework, when the total collective spend with an individual Contractor exceeds 50,000 GBP they will be required

to provide evidence of community benefits being delivered to the local community. The expected benefits will be proportional to the value

of the spend and may include;

Employment, training or work experience opportunities for young or unemployed people.

Activities with schools or colleges.

Support or sponsorship for local community groups, projects or events.

(SC Ref:811774)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=811774

VI.4) Procedures for review

VI.4.1) Review body

Jedburgh Sherriff Court and Justice of the Peace Court

Castlegate

Jedburgh

TD8 6AR

UK

Telephone: +44 1835863231

E-mail: jedburgh@scotcourts.gov.uk

Internet address(es)

URL: https://www.scotcourts.gov.uk/courts-and-tribunals/courts-tribunals-and-office-locations/find-us/jedburgh-sheriff-court-and-justice-of-the-peace-court/

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 award being published on the Find a Tender service (FTS) 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 six months from the date on which the contract was entered into.

VI.5) Date of dispatch of this notice

08/10/2025

Coding

Commodity categories

ID Title Parent category
71620000 Analysis services Technical testing, analysis and consultancy services
44114200 Concrete products Concrete
45262300 Concrete work Special trade construction works other than roof works
45221100 Construction work for bridges Construction work for bridges and tunnels, shafts and subways
45342000 Erection of fencing Fencing, railing and safety equipment installation work
45340000 Fencing, railing and safety equipment installation work Building installation work
45262210 Foundation work Special trade construction works other than roof works
71351500 Ground investigation services Geological, geophysical and other scientific prospecting services
77314000 Grounds maintenance services Planting and maintenance services of green areas
90640000 Gully cleaning and emptying services Cleaning and sanitation services in urban or rural areas, and related services
77342000 Hedge trimming Tree pruning and hedge trimming
63712200 Highway operation services Support services for road transport
45233292 Installation of safety equipment Construction, foundation and surface works for highways, roads
45112700 Landscaping work Excavating and earthmoving work
44231000 Made-up fencing panels Builders carpentry
45262500 Masonry and bricklaying work Special trade construction works other than roof works
43400000 Mineral-processing and foundry mould-forming machinery Machinery for mining, quarrying, construction equipment
45233222 Paving and asphalting works Construction, foundation and surface works for highways, roads
45262310 Reinforced-concrete work Special trade construction works other than roof works
50000000 Repair and maintenance services Other Services
50230000 Repair, maintenance and associated services related to roads and other equipment Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
45233251 Resurfacing works Construction, foundation and surface works for highways, roads
45233120 Road construction works Construction, foundation and surface works for highways, roads
34922100 Road markings Road-marking equipment
71631480 Road-inspection services Technical inspection services
45233142 Road-repair works Construction, foundation and surface works for highways, roads
44512600 Roadworking tools Miscellaneous hand tools
34928310 Safety fencing Road furniture
44212310 Scaffolding Structural products and parts except prefabricated buildings
98110000 Services furnished by business, professional and specialist organisations Membership organisation services
98112000 Services furnished by professional organisations Services furnished by business, professional and specialist organisations
34928470 Signage Road furniture
90610000 Street-cleaning and sweeping services Cleaning and sanitation services in urban or rural areas, and related services
45262410 Structural steel erection work for buildings Special trade construction works other than roof works
45262420 Structural steel erection work for structures Special trade construction works other than roof works
45233228 Surface coating construction work Construction, foundation and surface works for highways, roads
45233253 Surface work for footpaths Construction, foundation and surface works for highways, roads
45233220 Surface work for roads Construction, foundation and surface works for highways, roads
71630000 Technical inspection and testing services Technical testing, analysis and consultancy services
71631400 Technical inspection services of engineering structures Technical inspection services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services
45120000 Test drilling and boring work Site preparation work
50232200 Traffic-signal maintenance services Maintenance services of public-lighting installations and traffic lights
77340000 Tree pruning and hedge trimming Horticultural services
77211400 Tree-cutting services Services incidental to logging
77211500 Tree-maintenance services Services incidental to logging
45233200 Various surface works Construction, foundation and surface works for highways, roads
39370000 Water installations Miscellaneous equipment
45261420 Waterproofing work Erection and related works of roof frames and coverings
44313100 Wire-mesh fencing Metal netting

Delivery locations

ID Description
100 UK - All

Alert region restrictions

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

ID Description
There are no alert restrictions for this notice.

About the buyer

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

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.