Tender

Repairs & Maintenance Framework

  • Scottish Borders Council
  • Scottish Borders Housing Association
  • Borders College
  • Live Borders
  • Berwickshire Housing Association Ltd
Show 1 more buyer Show fewer buyers
  • Scottish Public Pensions Agency

F02: Contract notice

Notice identifier: 2023/S 000-011139

Procurement identifier (OCID): ocds-h6vhtk-03bf8d

Published 18 April 2023, 3:50pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Borders Council

Council Headquarters

Newtown St Boswells

TD6 0SA

Email

Procurement@scotborders.gov.uk

Telephone

+44 1835824000

Country

United Kingdom

NUTS code

UKM91 - Scottish Borders

Internet address(es)

Main address

http://www.scotborders.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00394

one.1) Name and addresses

Scottish Borders Housing Association

South Bridge House, Whinfield Road

Selkirk

TD7 5DT

Email

enquiries@sbha.org.uk

Telephone

+44 1750724444

Fax

+44 1750724445

Country

United Kingdom

NUTS code

UKM91 - Scottish Borders

Internet address(es)

Main address

http://www.sbha.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11442

one.1) Name and addresses

Borders College

Scottish Borders Campus, Nether Road

Galashiels

TD1 3HE

Email

lgardham@borderscollege.ac.uk

Telephone

+44 8700505152

Fax

+44 1896758179

Country

United Kingdom

NUTS code

UKM91 - Scottish Borders

Internet address(es)

Main address

www.borderscollege.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00242

one.1) Name and addresses

Live Borders

Melrose Road

Galashiels

TD1 2DU

Email

enquiries@liveborders.org.uk

Telephone

+44 1896661166

Fax

+44 1896758179

Country

United Kingdom

NUTS code

UKM91 - Scottish Borders

Internet address(es)

Main address

http://www.liveborders.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19702

one.1) Name and addresses

Berwickshire Housing Association Ltd

55 Newtown Street, Duns

Berwickshire

TD11 3AU

Email

info@berwickshirehousing.org.uk

Telephone

+44 1361884000

Fax

+44 1896758179

Country

United Kingdom

NUTS code

UKM91 - Scottish Borders

Internet address(es)

Main address

http://www.berwickshirehousing.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA15982

one.1) Name and addresses

Scottish Public Pensions Agency

7 Tweedside Park, Tweedbank

Galashiels

TD1 3TE

Email

Michelle.Lee@gov.scot

Telephone

+44 1896893000

Fax

+44 1896758179

Country

United Kingdom

NUTS code

UKM91 - Scottish Borders

Internet address(es)

Main address

http://www.sppa.gov.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00385

one.2) Information about joint procurement

The contract involves joint procurement

In the case of joint procurement involving different countries, state applicable national procurement law

Scottish Borders Council, LIVE Borders, SB Cares and any future ALEO or other linked to or subject to control of SBC.

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 authority

one.5) Main activity

Other activity

Repairs & Maintenance


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Repairs & Maintenance Framework

Reference number

1001036

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Scottish Borders Council area covers 1,800 square miles and has a wide ranging estate and an estimated annual budget for repair and maintenance work of around 4 million (GBP). The estimated total value across all lots for the maximum duration of this Framework Agreement is approximately 30 million (GBP) which includes spend across SBC as well as the collaborative organisations named on the framework.

SBC are seeking a multi trade, multi supplier framework for a reactive repairs and maintenance service, which can be called from as and when necessary.

two.1.5) Estimated total value

Value excluding VAT: £30,000,000

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

Energy Efficiency

Lot No

2

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

New build and refurbishment projects which may consist of but are not limited to:-

- Installations of photovoltaic panel arrays, to a maximum 20Kwh

- maintenance of new and existing photovoltaic panel arrays

- installations of electric vehicle charging points, to a maximum 22Kwh

- maintenance of new and existing electric vehicle charging points

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £2,100,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

This framework is being awarded initially for a 24 month period with the option to be renewed annually for a 12 month period and then a final 12 month period. The maximum duration of the framework is 48 months.

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.2.14) Additional information

The value linked to this lot is the anticipated value over the 48 month period.

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts Scotland Regulations 2015.

two.2) Description

two.2.1) Title

Slater, Roofing

Lot No

3

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

Slater works –

New build and refurbishment projects which may consist of but are not limited to:-

- Provision and on-going alteration, maintenance and inspection of minor access scaffolding

- Clearing gutters and blocked rain-water drainage

- Repairs to and replacement of existing slates, tiles, copings and flashings

- Full roof refurbishment, including rainwater good and valleys

Roofing Works –

New build and refurbishment projects which may consist of but are not limited to:-

- Provision and on-going alteration, maintenance and inspection of minor access scaffolding

- Clearing gutters and blocked rain-water drainage

- Repairs to and replacement of existing slates, tiles, copings and flashings

- Installation of single layer ply systems, cold application systems, GRP roofs and high performance felting systems

- installation and repairs/maintenance to standing seam roofs

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £3,500,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 12 months and then a further final 12 months taking the framework to a maximum of 4 years.

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.2.14) Additional information

The value linked to this Lot is the anticipated value over the 48 month period.

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts Scotland Regulations 2015.

two.2) Description

two.2.1) Title

Scaffolder, Groundworks & Asphalt/Tarmac

Lot No

7

two.2.2) Additional CPV code(s)

  • 45262120 - Scaffolding erection work
  • 45262100 - Scaffolding work
  • 14213200 - Tarmac
  • 45111240 - Ground-drainage work

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

New build and refurbishment projects which may consist of but are not limited to:-

FACILITATING & RENOVATION WORKS:

- Minor demolition and investigative works

- Support of existing structures

- Surface Cleaning

- General labouring and attendance

- Builders works in connection with services

SUBSTRUCTURE WORKS:

- Drainage and services below ground including all associated testing and commissioning

SUPERSTRUCTURE WORKS:

- Cementitious and granolithic screeds

- Building insulation

EXTERNAL WORKS:

- Repairs and replacement of external surfacing

- Builders works in connection with external services

Qualifications Required – Scaffolder - CISRS, PASMA or Equivalent – scaffolding only

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £1,000,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

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.2.14) Additional information

The value linked to this Lot is the anticipated value over the 48 month period.

Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.

two.2) Description

two.2.1) Title

Preservation, Windows, Glazier

Lot No

9

two.2.2) Additional CPV code(s)

  • 45421130 - Installation of doors and windows
  • 45421132 - Installation of windows
  • 45421100 - Installation of doors and windows and related components
  • 44221000 - Windows, doors and related items
  • 92522000 - Preservation services of historical sites and buildings

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

Glazier/Windows –

New build and refurbishment projects which may consist of but are not limited to:-

- Supply and installation of timber, UPVC & aluminium windows and doors

- General glazing works and installation of roof lights

Preservation works –

- To undertake full building conditions surveying of vacant or water damaged buildings, providing substantial reports on findings

- To carry out specified remedial repairs to vacant or occupied buildings

- To carry out specialist eradication works to dry rot, wet rot and other fungal infestations

Qualifications Required - PCA membership – preservation works only

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £1,500,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

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.2.14) Additional information

The value linked to this Lot is the anticipated value over the 48 month period.

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts Scotland Regulations 2015.

two.2) Description

two.2.1) Title

Flooring, Blinds

Lot No

12

two.2.2) Additional CPV code(s)

  • 39531400 - Carpeting
  • 39531310 - Carpet tiles
  • 39531300 - Tufted carpeting
  • 39531100 - Knotted carpeting
  • 39530000 - Carpets, mats and rugs
  • 39531000 - Carpets
  • 39534000 - Industrial carpeting
  • 39515410 - Interior blinds
  • 39515000 - Curtains, drapes, valances and textile blinds
  • 44115700 - Exterior blinds
  • 39515440 - Vertical blinds

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

Floorings -

New build and refurbishment projects which may consist of but are not limited to:-

- Surface preparation and self-levelling screeds

- Commercial carpet tiles, barrier matting, vinyl and associated trims and skirting’s

Blinds –

- Supply and installation of all blind types

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £1,500,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

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.2.14) Additional information

The value linked to this lot is the anticpated value over the 48 month period.

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts Scotland Regulations 2015.

two.2) Description

two.2.1) Title

Alarms, Door Entry Systems, CCTV

Lot No

13

two.2.2) Additional CPV code(s)

  • 35121700 - Alarm systems
  • 31625300 - Burglar-alarm systems
  • 35125300 - Security cameras

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

New build and refurbishment projects which may consist of but are not limited to:-

- Supply and installation of alarm systems, CCTV and door entry systems

- Service and maintain active alarm systems, CCTV and door entry systems

- Repair faults as and when they are reported

- Provide guidance/advice on the condition of active systems and upgrades that may be required

- Repairs & Maintenance of Nurse Call Systems

Qualifications Required - NSI, SSIAB, BAFE or equivalent

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £3,000,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

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.2.14) Additional information

The value linked to this lot is the anticpated value over the 48 month period.

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts Scotland Regulations 2015.

two.2) Description

two.2.1) Title

One Stop Multiple Trades Repair Service (Single Contractor)

Lot No

18

two.2.2) Additional CPV code(s)

  • 45262600 - Miscellaneous special-trade construction work
  • 45262000 - Special trade construction works other than roof works
  • 45260000 - Roof works and other special trade construction works
  • 45421000 - Joinery work
  • 44220000 - Builders' joinery
  • 44221100 - Windows
  • 44221110 - Window frames
  • 45421110 - Installation of door and window frames
  • 45421100 - Installation of doors and windows and related components
  • 45332200 - Water plumbing work
  • 45330000 - Plumbing and sanitary works

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

Homelessness services have a duty to provide applicants with temporary accommodation that is fit for purpose and meets the stringent standards defined by the Scottish Government. Scottish Borders Council is continuously seeking to improve the standards of temporary accommodation. We are committed to involving service users in the design and delivery of the service.

This framework lot will provide a single supplier contact for calling off multiple trades services for the homelessness services for their properties. The successful contractor will be called on to provide a responsive, reactive and planned maintenance service during the life of the framework agreement.

If acting as a lead contractor who is sub-contracting works to deliver this service the lead contractor will be responsible for ensuring that all sub-contracted contractors hold a valid Safety Schemes in Procurement (SSIP) accreditation.

Further information can be found on the specification sheet for this Lot.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £1,000,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

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.2.14) Additional information

The value linked to this lot is the anticipated value over the 48 month period.

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts Scotland Regulations 2015.

two.2) Description

two.2.1) Title

PAT Testing (Single Contractor)

Lot No

19

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 50000000 - Repair and maintenance services
  • 38500000 - Checking and testing apparatus
  • 71631000 - Technical inspection services
  • 71630000 - Technical inspection and testing services
  • 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

Testing of all portable electrical appliances used across the Council’s built estate.

Schedule of testing provided by SBC

Qualifications Required - NICEIC, Select or Equivalent

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £400,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

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.2.14) Additional information

The value linked to this lot is the anticipated value over the 48 month period.

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts Scotland Regulations 2015.

two.2) Description

two.2.1) Title

Lift Maintenance

Lot No

20

two.2.2) Additional CPV code(s)

  • 42416100 - Lifts
  • 42416000 - Lifts, skip hoists, hoists, escalators and moving walkways
  • 42416130 - Mechanical lifts
  • 42416120 - Goods lifts
  • 42419500 - Parts of lift, skip hoists or escalators
  • 42419510 - Parts of lifts
  • 45313000 - Lift and escalator installation work
  • 45313100 - Lift installation work
  • 50750000 - Lift-maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

New build and refurbishment projects which may consist of but are not limited to:-

- repairs to existing lift infrastructure

- installation of new lift infrastructure to existing built estate

- 4hr maximum attendance guarantee to callouts

- LG1, LG5 & LG10 testing & provision of certification

- evidence of working to LOLER AND PUWER guidelines

Qualifications Required – LEIA, LEEA

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £2,200,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

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.2.14) Additional information

The value linked to this lot is the anticipated value over the 48 month period.

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts Scotland Regulations 2015.

two.2) Description

two.2.1) Title

Roughcaster/Plasterer/Tiler

Lot No

4

two.2.2) Additional CPV code(s)

  • 45410000 - Plastering work

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

Roughcaster/Plasterer/Tiler –

New build and refurbishment projects which may consist of but are not limited to:-

- Surface preparation, skimming and two coat works to walls and ceilings, including isolated patches.

- Cement renders and wet and dry dash

- Insulated render systems

- Tiling

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £400,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 12 months and then a further final 12 months taking the framework to a maximum of 4 years.

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.2.14) Additional information

The value linked to this Lot is the anticipated value over the 48 month period.

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts Scotland Regulations 2015.

two.2) Description

two.2.1) Title

Blacksmith, Metal Fabricators

Lot No

10

two.2.2) Additional CPV code(s)

  • 71550000 - Blacksmith services

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

Supply and installation of minor structural frames and lintels

- Supply and installation of handrails and balustrades - galvanised / powder-coated / stainless steel

- Supply and installation of entrance gates, feature fencing, security grills

- Bespoke metalwork, and signage

- Repairs to existing installations

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £400,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

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.2.14) Additional information

The value linked to this Lot is the anticipated value over the 48 month period.

Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.

two.2) Description

two.2.1) Title

Handy Person Services

Lot No

14

two.2.2) Additional CPV code(s)

  • 60183000 - Hire of vans with driver
  • 60182000 - Hire of industrial vehicles with driver
  • 60181000 - Hire of trucks with driver
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 45421000 - Joinery work

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

General maintenance works which may consist of but are not limited to:-

- Fixing and repairing shelves

- Internal moving of office furniture

- Clearing gutters and blocked rain-water drainage

- Roof and render cleaning

- Pressure washing

- Changing light bulbs

- Changing toilet seats

- Replacing plug fuses

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £100,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

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.2.14) Additional information

The value linked to this lot is the anticipated value over the 48 month period.

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts Scotland Regulations 2015.

two.2) Description

two.2.1) Title

Electrical

Lot No

1

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

New build and refurbishment projects which may consist of but are not limited to:-

- Alteration and removal of existing services

- Domestic ventilation installations

- Electrical mains and sub-mains distribution

- Power installations

- Lighting and specialist lighting installations

- Local electricity generation systems

- Earthing and bonding installations

- Communication systems - visual, audio, data

- Alteration and removal of existing appliances

- Power installations

- Repairs to existing appliances

- Installation of new appliances

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £3,700,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

This framework is being awarded initially for a 24 month period with the option to be renewed annually for a 12 month period and then a final 12 month period. The maximum duration of the framework is 48 months.

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.2.14) Additional information

The indicative value of the framework lot provided is the anticipated value over the 48 month period.

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts Scotland Regulations 2015.

two.2) Description

two.2.1) Title

Plumbing, Drainage, Gas/Oil Fitting/Heating

Lot No

5

two.2.2) Additional CPV code(s)

  • 45332200 - Water plumbing work
  • 44115200 - Plumbing and heating materials
  • 45332000 - Plumbing and drain-laying work
  • 39715200 - Heating equipment
  • 09135100 - Heating oil
  • 09134000 - Gas oils

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

New build and refurbishment projects which may consist of but are not limited to:-

- Alteration and removal of existing services

- Installation and alteration of sanitary appliances and ancillary fittings

- Foul drainage above ground

- Potential leadworks

- Mains water supply

- Hot and Cold water supply and distribution

- Heat sources and central heating systems

- Installation and maintenance of gas powered heating systems

- Non domestic ventilation and air conditioning systems

- Central control and building management systems

- Specialist piped supply installations - natural gas, oxygen, compressed air etc,

- Attendance on specialist mechanical installations

- Associated builders work in connection with services

- All testing, commissioning and demonstrations

- Repairing existing services

- Installation and maintenance of renewable systems (e.g. heat pumps, biomass, battery storage systems)

Qualifications Required - Gas Safe Registered, Renewables only - NICEIC, OFTEC, MCS or equivalent

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £2,500,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

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.2.14) Additional information

The value linked to this Lot is the anticipated value over the 48 month period.

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts Scotland Regulations 2015.

two.2) Description

two.2.1) Title

Builder, Stone Mason & Dyker

Lot No

6

two.2.2) Additional CPV code(s)

  • 44220000 - Builders' joinery
  • 44912000 - Miscellaneous building stone

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

Builder -

New build and refurbishment projects which may consist of but are not limited to:-

FACILITATING & RENOVATION WORKS:

- Minor demolition and investigative works

- Alteration of existing masonry structures

- Support of existing structures

- Masonry and concrete repairs

- Surface Cleaning

- General labouring and attendance

- Builders works in connection with services

SUBSTRUCTURE WORKS:

- All works to form standard foundations up to and including damp proof course

- Remedial works to existing foundations - including underpinning

- Formation of lowest floor construction and associated substrates

- Drainage and services below ground including all associated testing and commissioning

SUPERSTRUCTURE WORKS:

- In-situ concreting works, associated reinforcement and framework

- Cementitious and granolithic screeds

- Formation of internal and external masonry walls

- Placement of precast concrete structures

- Building insulation

EXTERNAL WORKS:

- Work to alter existing and form new paved areas

- Formation of ramps, steps and retaining walls

- Builders works in connection with external services

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £2,000,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

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.2.14) Additional information

The value linked to this lot is the anticipated value over the 48 month period.

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts Scotland Regulations 2015.

two.2) Description

two.2.1) Title

Joiner, Locksmith, Fencing

Lot No

8

two.2.2) Additional CPV code(s)

  • 45420000 - Joinery and carpentry installation work
  • 45421000 - Joinery work
  • 44220000 - Builders' joinery
  • 45421150 - Non-metal joinery installation work
  • 98395000 - Locksmith services
  • 44313100 - Wire-mesh fencing
  • 45340000 - Fencing, railing and safety equipment installation work
  • 34928220 - Fencing components
  • 45342000 - Erection of fencing

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

Joinery –

New build and refurbishment projects which may consist of but are not limited to:-

FACILITATING & RENOVATION WORKS:

- Minor demolition and investigative works

- Alteration of existing timber structures

- Temporary works to provide protection - temporary partitions, hoardings etc,

- Cutting out and replacing defective timbers, including rafter and joist-end replacements

SUPERSTRUCTURE WORKS:

- Timber frames, wall, floor, roof and ceiling constructions; including all associated linings and insulation

- Skirtings, architraves and isolated trims

- Supply and installation of timber and UPVC windows and doors

- Timber stairs, ramps and balustrades

- Timber floor finishes

- Minor suspended ceiling installations and alterations

- External timber and cement board cladding

- General glazing works and installation of roof lights

FIXTURES & FITTINGS:

- Supply and installation of cubicles, vanity units and integrated panel systems (IPS)

- Installation of domestic kitchen fittings

- Bespoke solutions - reception desks, fitted cupboards, shelving etc,

Locksmith –

- Supply and installation of mechanical or electrical locking devices

- Repairs and servicing of mechanical or electrical locking devices

Fencing –

- Supply and installation of all fencing including, but not limited to, timber, chainlink and profile mesh fencing

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £1,500,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

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.2.14) Additional information

The value linked to this Lot is the anticipated value over the 48 month period.

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts Scotland Regulations 2015.

two.2) Description

two.2.1) Title

Painter/Decorator

Lot No

11

two.2.2) Additional CPV code(s)

  • 44111400 - Paints and wallcoverings
  • 44810000 - Paints
  • 39298900 - Miscellaneous decoration items
  • 45451000 - Decoration work

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

Painter/Decorator –

New build and refurbishment projects which may consist of but are not limited to:-

- Internal and external works

- Surface preparation, Ames taping, filling etc,

- Surface decoration of ceilings, walls, floors, timbers and metalwork

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £2,000,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

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.2.14) Additional information

The value linked to this lot is the anticpated value over the 48 month period.

Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.

two.2) Description

two.2.1) Title

Arboricultural Services

Lot No

15

two.2.2) Additional CPV code(s)

  • 77210000 - Logging services
  • 76443000 - Other logging services
  • 77211100 - Timber harvesting services
  • 77220000 - Timber-impregnation services

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

All works must be carried out to BS 3998:2010 Tree Work – Recommendations and contractors will require to be working towards obtaining their SSIP accreditation prior to the 1st January 2020.

General Arboricultural Services

Works may consist of but are not limited to:-

We expect the successful contractor(s) to be able to carry out the following throughout the Scottish Borders area or by locality as indicated:

- Crown cleaning

- Deadwood removal

- Formative pruning

- Branch removal

- Crown lifting

- Crown thinning

- Crown reduction

- Weight reduction

- Crown shaping

- Crown balancing

- Crown rejuvenation

- Pollarding

- Tree felling

- Removal of trees adjacent to water, i.e. lochs, ponds & watercourses

- Emergency response works which may typically be as a result of tree failure, vehicular accident or weather-related emergency

Qualifications required are:

Forestry and Arboriculture Level 2

002001 or 002009 Chainsaw maintenance, 002002 Crosscut timber using a chainsaw, 002003 or 003920 Chainsaw maintenance and crosscutting, 002004 or 003921 Felling and processing small trees up to 380mm, 002005 or 003925 Branch removal and crown breakdown using a chainsaw, 002007 or 003923 Accessing a tree using a rope and harness, 002006 or 002010 or 003926 Safe use of a powered pole pruner, 002008 or 002011 or 003924 Supporting colleagues undertaking off ground tree-related operations, 002013 or 003922 Tree climbing and rescue, 002057 or 002058 Safe use of manually fed woodchipper

Forestry and Arboriculture Level 3

002101 or 002111 or 003933 Felling and processing medium trees over 380mm, 002105 or 003936 Emergency tree work operations/planning, 002106 Aerial tree rescue operations, 002107 or 002113 or 003931 Aerial tree pruning, 002108 Aerial cutting of trees with a chainsaw using free-fall techniques, 002109 or 003932 Aerial tree rigging, 002115 or 003938 Safe use of a chainsaw from a mobile elevated work platform, 002117 or 002119 or 003934 Felling and crown breakdown of large trees over 760mm

or

NPTC

CS30 Maintain and operate a chainsaw, CS31, 32, 33 Felling and processing of various sized trees, CS38 Climb trees and perform aerial rescue, CS39 Operate a chainsaw from a rope and harness, CS40 Carry out pruning operations, CS41 Undertake sectional felling operations, CS45 Arboricultural ground worker, CS47 Safe use of a chainsaw from a mobile elevated work platform, CS48 Use of powered pole pruners, CS50 Techniques for dealing with damaged trees, A06 Competence in manually fed wood chipper operations

Wind Blown Specialist -

Works may consist of but are not limited to:-

- Emergency response works to deal with damage to trees, typically during or resulting from adverse weather conditions

Qualifications required are:

As General Arboricultural Services plus:

Forestry and Arboriculture Level 3

002102 Severing uprooted or windblown trees using a chainsaw or 003937 Dealing with individual windblown trees, 003935 Dealing with interwoven stems and part blown trees

002104 or 002112 Preparing and agreeing emergency tree work operations

OR

NPTC

CS34 Sever individually uprooted trees

CS35 Sever multiple windblown trees

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £500,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

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.2.14) Additional information

The value linked to this lot is the anticipated value over the 48 month period.

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts Scotland Regulations 2015

two.2) Description

two.2.1) Title

Arboricultural Services – Stump Grinding

Lot No

16

two.2.2) Additional CPV code(s)

  • 03400000 - Forestry and logging products
  • 77210000 - Logging services
  • 76443000 - Other logging services
  • 76442000 - Open hole logging services
  • 03419000 - Timber
  • 77211100 - Timber harvesting services

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

All works must be carried out to BS 3998:2010 Tree Work – Recommendations and contractors will require to be working towards obtaining their SSIP accreditation prior to the 1st January 2020.

Stump Removal (grinding) -

Works may consist of but are not limited to:-

- Grinding (chipping or cutting are synonymous with grinding)

- Grinding to a stated depth below ground level with a proprietary machine which may be self-powered or driven from a PTO shaft

- Digging out or grubbing out

Qualifications required are –

Forestry and Arboriculture Level 2

002053 or 002054 Safe use of stump grinders

or

NPTC

A07 Competence in stump grinding operations

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £200,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

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.2.14) Additional information

The value linked to this lot is the anticipated value over the 48 month period.

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts Scotland Regulations 2015.

two.2) Description

two.2.1) Title

Network Cabling

Lot No

17

two.2.2) Additional CPV code(s)

  • 30237110 - Network interfaces
  • 32412000 - Communications network
  • 32412100 - Telecommunications network
  • 32412110 - Internet network
  • 32412120 - Intranet network
  • 32410000 - Local area network

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

New build and refurbishment projects which may consist of but are not limited to: -

- Alteration and removal of existing services

- Communication systems - visual, audio, data

- Installation of Network Cabling (Cat 5E, Cat 6, Cat 6A and Fibre Optic)

- Installation of Wifi (Wireless access points will be supplied by our third party IT)

- Telephone Cabling (CW1308)

- Network Cabinet/rack Installation

- Containment installation

- Radio link (point to point and point to multi point)

Qualifications Required - All installers must have a minimum of CNCI (certifier network cable installer) and must have a SEPA Waste Carrier Licence.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £500,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 12 months and then a final 12 months taking the framework to a maximum of 4 years.

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.2.14) Additional information

The value linked to this lot is the anticipated value over the 48 month period.

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts Scotland Regulations 2015.


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

List and brief description of conditions:

SPD(Scotland)Question 1.69 Part 4A - Service Contracts requires the following qualifications and membership for each of the following Lots:

Lot 1 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation and NICEIC, Select or Equivalent.

Lot 2 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation and NICEIC, Select or Equivalent, MCS.

Lot 3 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.

Lot 4 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.

Lot 5 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation and Gas Safe Registered, Renewables only - NICEIC, OFTEC, MCS or equivalent.

Lot 6 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.

Lot 7 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation and Scaffolder - CISRS, PASMA or Equivalent – scaffolding only.

Lot 8 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.

Lot 9 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation and PCA membership – preservation works only.

Lot 10 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.

Lot 11 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.

Lot 12 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.

Lot 13 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation and NSI, SSIAB, BAFE or equivalent.

Lot 14 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.

Lot 15 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation and Forestry and Arboriculture Level 2, 3 or NPTC (Further information detailed in specification.

Lot 16 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation and Forestry and Arboriculture Level 2 or NPTC.

Lot 17 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation and all installers must have a minimum of CNCI (certifier network cable installer) and must have a SEPA Waste Carrier Licence.

Lot 18 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation and Electrical (As per Lot 1) - NICEIC, Select or Equivalent and Plumbing, Drainage, Gas/Oil Fitting Heating (As per Lot 5) - Gas Safe Registered

Lot 19 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation and NICEIC, Select or Equivalent.

Lot 20 - Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation and LEIA, LEEA.

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

Minimum level(s) of standards required:

SPD Scotland Question 1.71 Part 4B - Insurance Requirements and Economic and Financial Standing. It is a requirement of this contract that Economic operators hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below::

- Public Liability - Minimum 5,000,000 GBP

- Products Liability - Minimum 5,000,000 GBP(if applicable)

- Employer's Liability - Minimum 5,000,000 GBP(if applicable)

For Lot 18 & 19 - Economic or Financial Requirements. Prior to awarding this Lot the preferred contractor will be subjected to a Credit Safe check to assess the economic financial standing. The contractor will be required to co-operate with the Council and may be asked to provide copies of their last 2 financial audited accounts to assist with this process. The contractor will be required to obtain a Credit safe rating =/> than 50.

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

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

Envisaged maximum number of participants to the framework agreement: 150

In the case of framework agreements, provide justification for any duration exceeding 4 years:

This framework agreement will only be for 4 years.

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: 2023/S 216-000007

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

Date

29 June 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

29 June 2023

Local time

3:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: This will be 2027 with the future framework as this is a crucial framework for our council.

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

SPD Question 1.74 Part 4D - For Lots 15 and 16 ONLY all work Must be carried out to BS 398:2010 Tree Work Recommendations.

SPD Question 1.74 Part 4D - For all Lots contractors who have previously not been appointed to the Council's framework will be given until the 31st December 2023 to obtain their Safety Schemes in Procurement(SSIP)accreditation. Work will only be issued to contractors when they have a valid and up to date SSIP accreditation.

SPD Question 1.74 Part 4D - In addition for Lot 18 The Contractor shall ensure that the work is carried out in accordance with all relevant building maintenance and repairs to ISO 9000 standards including the latest Gas Safety (Installation and Use) Regulations 1998 Approved Code of Practice and guidance, IET Wiring Regulations 18th Edition (BS 7671:2008).

Scottish Borders Council is committed to maximising community benefit from its procurement activities. Under this procurement, the contractor and associated supply chain will be required to support the outcomes set out in the Scottish Borders Council Plan. Accordingly contract performance conditions may relate in particular to social, economic and environmental considerations.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23664. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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

This is detailed within question 1.73 4C Subcontracting on the SPD

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:

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

For Lots 1 -17 & 20 Scottish Borders Council will actively engage with contractors where the total collective spend annually with the individual contractor exceeds 50,000 GBP to obtain and ensure they deliver community benefits within the Scottish Borders area.

For Lot 18 & 19 Scottish Borders Council will actively engage with the successful contractor to ensure they deliver the Community Benefits outlined in the delivery plan when responding to the Invitation to Tender.

(SC Ref:727369)

six.4) Procedures for review

six.4.1) Review body

Jedburgh Sheriff Court and Justice of the Peace Court

Sheriff Court House, Castlegate

Jedburgh

TD8 6AR

Telephone

+44 1835863231

Country

United Kingdom