Tender

Roads and Streetlighting Maintenance Framework

  • Comhairle nan Eilean Siar

F02: Contract notice

Notice identifier: 2023/S 000-004545

Procurement identifier (OCID): ocds-h6vhtk-03a59e

Published 14 February 2023, 3:24pm



Section one: Contracting authority

one.1) Name and addresses

Comhairle nan Eilean Siar

Council Offices, Sandwick Road

Stornoway

HS1 2BW

Email

contracts@cne-siar.gov.uk

Telephone

+44 1851600501

Country

United Kingdom

NUTS code

UKM64 - Na h-Eileanan Siar (Western Isles)

Internet address(es)

Main address

http://www.cne-siar.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00262

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

one.4) Type of the contracting authority

Regional or local Agency/Office

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Roads and Streetlighting Maintenance Framework

two.1.2) Main CPV code

  • 50230000 - Repair, maintenance and associated services related to roads and other equipment

two.1.3) Type of contract

Services

two.1.4) Short description

The provision of Roads and Streetlighting Reactive Repairs and Planned Works within a Framework Agreement with 4 geographical Lots.

The requirements are categorised as follows:

-Reactive and Low Value Works (Not exceeding GBP 3,500)

-Reactive and Planned Work (Over GBP 3,500 and up to GBP 50,000)

two.1.5) Estimated total value

Value excluding VAT: £2,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Roads and Streetlighting Maintenance Lewis

Lot No

1

two.2.2) Additional CPV code(s)

  • 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment

two.2.3) Place of performance

NUTS codes
  • UKM64 - Na h-Eileanan Siar (Western Isles)
Main site or place of performance

Lewis

two.2.4) Description of the procurement

The requirement is for the provision of Roads and Reactive Repairs and Planned Works within a Framework agreement.

The requirements are categorised as follows:

- Reactive and Low Value Works (Not exceeding GBP 3,500)

- Reactive and Planned Work (Over GBP 3,500 and up to GBP 50,000)

two.2.5) Award criteria

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

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

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Roads and Streetlighting Maintenance Harris

Lot No

2

two.2.2) Additional CPV code(s)

  • 50230000 - Repair, maintenance and associated services related to roads and other equipment

two.2.3) Place of performance

NUTS codes
  • UKM64 - Na h-Eileanan Siar (Western Isles)
Main site or place of performance

Harris

two.2.4) Description of the procurement

The requirement is for the provision of Roads and Streetlighting Reactive Repairs and Planned Works within a Framework. The requirements are categorised as follows:

- Reactive and Low Value Works (Not exceeding GBP 3,500)

- Reactive and Planned Work (Over GBP 3,500 and up to GBP 50,000)

two.2.5) Award criteria

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

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

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Roads and Streetlighting Maintenance Uists

Lot No

3

two.2.2) Additional CPV code(s)

  • 50230000 - Repair, maintenance and associated services related to roads and other equipment

two.2.3) Place of performance

NUTS codes
  • UKM64 - Na h-Eileanan Siar (Western Isles)
Main site or place of performance

Uists

two.2.4) Description of the procurement

The requirement is for the provision of Roads and Streetlighting Reactive Repairs and Planned Works within a Framework. The requirements are categorised as follows:

- Reactive and Low Value Works (Not exceeding GBP 3,500)

- Reactive and Planned Work (Over GBP 3,500 and up to GBP 50,000)

two.2.5) Award criteria

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

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

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Roads and Streetlighting Maintenance Barra

Lot No

4

two.2.2) Additional CPV code(s)

  • 50230000 - Repair, maintenance and associated services related to roads and other equipment

two.2.3) Place of performance

NUTS codes
  • UKM64 - Na h-Eileanan Siar (Western Isles)
Main site or place of performance

Barra

two.2.4) Description of the procurement

The requirement is for the provision of Roads and Streetlighting Reactive Repairs and Planned Works within a Framework. The requirements are categorised as follows:

- Reactive and Low Value Works (Not exceeding GBP 3,500)

- Reactive and Planned Work (Over GBP 3,500 and up to GBP 50,000)

two.2.5) Award criteria

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

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

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

List and brief description of conditions

Please see tender documentation on PCS-Tender

three.1.2) Economic and financial standing

List and brief description of selection criteria

You must have or confirm you will obtain prior to award of contract:

Public liability insurance for GBP 5m

Employers liability insurance for minimum GBP 5m

Minimum level(s) of standards possibly required

Public liability insurance for GBP 5m

Employers liability insurance for minimum GBP 5m

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 251-634236

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

Date

15 March 2023

Local time

2:00pm

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

English

four.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)

four.2.7) Conditions for opening of tenders

Date

15 March 2023

Local time

2:00pm

Place

PCS-Tender

Information about authorised persons and opening procedure

Procurement via PCS-Tender


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: October 2024

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Please refer to the tender documents on on PCS-Tender for further information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23467.

Contractors are tendering for a place on a Framework and no work is guaranteed.

Community Benefits will be included on larger contracts on a case by case basis within the Framework where applicable.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23467. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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

Contractors are tendering for a place on a Framework and no work is guaranteed.

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

Contractors are tendering for a place on a Framework and no work is guaranteed.

Community Benefits will be included on larger contracts on a case by case basis within the Framework where applicable.

(SC Ref:721613)

six.4) Procedures for review

six.4.1) Review body

Stornoway Sheriff Court

9 Lewis Street

Stornoway

HS1 2JF

Email

stornoway@scotcourts.gov.uk

Telephone

+44 1851702231

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

This authority will incorporate a minimum of 10 calendar days standstill period at the point where the intention to award the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. If an appeal regarding the award of contract has not been successfully resolved the Public Contracts (Scotland) Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rule to take action in the Sheriff Court or Court of Session. Any such action must be brought promptly (generally within 30 days from when the tenderer knew, or ought to have known, that there were grounds for challenge).