Opportunity

Supply and Delivery of Heavy & Municipal Vehicles

  • Scotland Excel

F02: Contract notice

Notice reference: 2021/S 000-025505

Published 12 October 2021, 4:04pm



Section one: Contracting authority

one.1) Name and addresses

Scotland Excel

Renfrewshire House, Cotton Street

Paisley

PA1 1AR

Email

transport@scotland-excel.org.uk

Telephone

+44 1414888230

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.scotland-excel.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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/esop/pts-host/public/pts/web/login.html

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply and Delivery of Heavy & Municipal Vehicles

Reference number

0321

two.1.2) Main CPV code

  • 34140000 - Heavy-duty motor vehicles

two.1.3) Type of contract

Supplies

two.1.4) Short description

This agreement will incorporate various vehicle types, such as, but not limited to, chassis, refuse collection vehicles, winter maintenance vehicles, road sweeping vehicles, to more general use vehicles for all 32 member councils in Scotland, Tayside Contracts and Associate Members of Scotland Excel. Specialist body building services are covered as well as options for alternative fuelled vehicles (electric, hydrogen, or hybrid etc.).

two.1.5) Estimated total value

Value excluding VAT: £100,000,000

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

Chassis

Lot No

1

two.2.2) Additional CPV code(s)

  • 34139000 - Chassis
  • 34139100 - Chassis cabs
  • 34139200 - Chassis bodies
  • 34139300 - Complete chassis
  • 33193214 - Chassis for invalid carriages
  • 34130000 - Motor vehicles for the transport of goods
  • 34137000 - Second-hand goods vehicles
  • 66114000 - Financial leasing services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Throughout Scotland.

two.2.4) Description of the procurement

This lot is for various chassis ranging from 4 tonne gross vehicle weight (GVW) to 44 GVW, in a range of axle and cab configurations including, but not limited to, day cab, standard cab, low entry cab and sleeper cab. The chassis will be suitable to be built into a wide range of finished vehicle types including, but not limited to, various Refuse Collection Vehicles (RCV), road sweepers, gully emptiers, aerial platforms, accessible buses, mobile libraries, hook lifts, tippers, flatbeds, skip loaders, box body, auger spreaders, walking floors, bitumen distributors, waste transfer and gritters.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £40,000,000

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

Two years from the commencement date with an option to extend for up two 12 months periods.

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Bodies for Tippers

Lot No

3

two.2.2) Additional CPV code(s)

  • 34210000 - Vehicle bodies
  • 34134200 - Tipper trucks
  • 34130000 - Motor vehicles for the transport of goods
  • 34137000 - Second-hand goods vehicles
  • 66114000 - Financial leasing services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Throughout Scotland.

two.2.4) Description of the procurement

This lot is for various bodies for tippers including, but not limited to, demountable body, tipper body, flatbed (dropside) body, box body, auger spreader/tipper body/ walking floor, bitumen distributor body and hook loading equipment to suit various applications/ functions including, but not limited to, carrying and off loading materials for roads and parks, transportation of freight, winter maintenance and road surface dressing in order for Scottish councils and various other contracting authorities to undertake vital public services. Scottish councils and various other contracting authorities may, if made available, request lease quotations, vehicle buy back options, disposal of aged fleet options and second hand vehicle purchase options for heavy and municipal vehicles.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

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

Two years from the commencement date with an option to extend for up two 12 months periods.

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Bodies for Skip Loaders

Lot No

4

two.2.2) Additional CPV code(s)

  • 34142200 - Skip loaders
  • 34210000 - Vehicle bodies
  • 34130000 - Motor vehicles for the transport of goods
  • 34137000 - Second-hand goods vehicles
  • 66114000 - Financial leasing services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Throughout Scotland.

two.2.4) Description of the procurement

This lot is for various bodies for skip loaders including, but not limited to, skip loader body to suit various applications/ functions including, but not limited to, lifting, transporting and lowering skips in order for Scottish councils and various other contracting authorities to undertake various public services.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

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

Two years from the commencement date with an option to extend for up two 12 months periods.

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Bodies for Gully Emptiers

Lot No

5

two.2.2) Additional CPV code(s)

  • 34144410 - Gully emptiers
  • 34210000 - Vehicle bodies
  • 34130000 - Motor vehicles for the transport of goods
  • 34137000 - Second-hand goods vehicles
  • 66114000 - Financial leasing services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Throughout Scotland.

two.2.4) Description of the procurement

This lot is for various bodies for gully emptiers including, but not limited to, gully emptier/ jetter body to suit various applications/functions including, but not limited to, gully emptying and jetting tanker in order for Scottish councils and various other contracting authorities to undertake various public services.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

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

Two years from the commencement date with an option to extend for up two 12 months periods.

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Bodies for Road Sweepers

Lot No

6

two.2.2) Additional CPV code(s)

  • 34921100 - Road sweepers
  • 34210000 - Vehicle bodies
  • 34130000 - Motor vehicles for the transport of goods
  • 34137000 - Second-hand goods vehicles
  • 66114000 - Financial leasing services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Throughout Scotland.

two.2.4) Description of the procurement

This lot is for various bodies for road sweepers including, but not limited to road sweeper body single sweep and dual sweep to suit various applications/ functions including, but not limited to, to sweep refuse from roads in order for Scottish councils and various other contracting authorities to undertake various public services.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £4,500,000

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

Two years from the commencement date with an option to extend for up two 12 months periods.

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Complete Road Sweeper Vehicles

Lot No

7

two.2.2) Additional CPV code(s)

  • 34921100 - Road sweepers
  • 34144430 - Road-sweeping vehicles
  • 34130000 - Motor vehicles for the transport of goods
  • 34137000 - Second-hand goods vehicles
  • 66114000 - Financial leasing services
  • 34210000 - Vehicle bodies

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Throughout Scotland.

two.2.4) Description of the procurement

This lot is for the supply and delivery of various complete road sweeper vehicles including, but not limited to complete road/ precinct sweeper vehicle to suit various applications/ functions including, but not limited to, sweep roads/ precincts clear of refuse in order for Scottish councils and various other contracting authorities to undertake various public services.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £4,500,000

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

Two years from the commencement date with an option to extend for up two 12 months periods.

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Bodies for Refuse Collection Vehicles

Lot No

10

two.2.2) Additional CPV code(s)

  • 34144511 - Refuse-collection vehicles
  • 34144512 - Refuse-compaction vehicles
  • 34210000 - Vehicle bodies
  • 34130000 - Motor vehicles for the transport of goods
  • 34137000 - Second-hand goods vehicles
  • 66114000 - Financial leasing services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Throughout Scotland.

two.2.4) Description of the procurement

This lot is for various bodies for Refuse Collection Vehicles (RCV) including, but not limited to RCV body, RCV - narrow body, RCV / rear end loader body, RCV body with food waste pod, food waste collection body, glass collection body, recycling body and kerb soring body to suit various applications/ functions including, but not limited to, to load, compact and transport refuse materials, general refuse and food waste material, glass and recycling materials in order for Scottish councils and various other contracting authorities to undertake various public services.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £16,000,000

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

Two years from the commencement date with an option to extend for up two 12 months periods.

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Accessible Buses

Lot No

11

two.2.2) Additional CPV code(s)

  • 34211000 - Bus bodies, ambulance bodies and vehicle bodies for goods vehicles
  • 34121400 - Low-floor buses
  • 34144000 - Special-purpose motor vehicles
  • 34130000 - Motor vehicles for the transport of goods
  • 34137000 - Second-hand goods vehicles
  • 66114000 - Financial leasing services
  • 34210000 - Vehicle bodies

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Throughout Scotland.

two.2.4) Description of the procurement

This lot is for various accessible buses including, but not limited to accessible bus body to suit various applications/ functions including, but not limited to, to transport people including those with physical or learning disabilities and who also may use a wheelchair from time to time in order for Scottish councils and various other contracting authorities to undertake various public services.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

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

Two years from the commencement date with an option to extend for up two 12 months periods.

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Library Buses

Lot No

12

two.2.2) Additional CPV code(s)

  • 34144760 - Mobile library vehicles
  • 34144000 - Special-purpose motor vehicles
  • 34130000 - Motor vehicles for the transport of goods
  • 34137000 - Second-hand goods vehicles
  • 66114000 - Financial leasing services
  • 34210000 - Vehicle bodies

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Throughout Scotland.

two.2.4) Description of the procurement

This lot is for the supply and delivery of various library buses including, but not limited to library bus body to suit various applications/functions including, but not limited to, a mobile library unit to give people across the community access to library facilities in order for Scottish councils and various other contracting authorities to undertake various public services.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

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

Two years from the commencement date with an option to extend for up two 12 months periods.

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Bin Lifts

Lot No

13

two.2.2) Additional CPV code(s)

  • 42416210 - Bin-lifts
  • 34130000 - Motor vehicles for the transport of goods
  • 34137000 - Second-hand goods vehicles
  • 66114000 - Financial leasing services
  • 34210000 - Vehicle bodies

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Throughout Scotland.

two.2.4) Description of the procurement

This lot is for the supply and delivery of various bin lifts including, but not limited to, bin lifts suitable for Refuse Collection Vehicle (RCV), bin lift suitable for RCV - low level and bin lift suitable for RCV with skip lifter to suit various applications/ functions including, but not limited to, to lift bins in order for Scottish councils and various other contracting authorities to undertake various public services.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

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

Two years from the commencement date with an option to extend for up two 12 months periods.

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Trailers

Lot No

14

two.2.2) Additional CPV code(s)

  • 34223300 - Trailers
  • 34223100 - Semi-trailers
  • 34223000 - Trailers and semi-trailers
  • 34200000 - Vehicle bodies, trailers or semi-trailers
  • 16500000 - Self-loading or unloading trailers and semi-trailers for agriculture
  • 16510000 - Self-loading trailers for agriculture
  • 16520000 - Unloading trailers for agriculture
  • 16530000 - Self-loading semi-trailers for agriculture
  • 16540000 - Unloading semi-trailers for agriculture
  • 34130000 - Motor vehicles for the transport of goods
  • 34223370 - Tipper trailers
  • 34137000 - Second-hand goods vehicles
  • 66114000 - Financial leasing services
  • 34210000 - Vehicle bodies

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Throughout Scotland.

two.2.4) Description of the procurement

This lot is for the supply and delivery of various trailers including, but not limited to, waste transfer body/walking floor trailer, ejector trailer, tipping trailer and flat bed trailer to suit various applications/ functions including, but not limited to, bulk transfer of waste material in order for Scottish councils and various other contracting authorities to undertake various public services.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 70

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

Two years from the commencement date with an option to extend for up two 12 months periods.

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Alternative Fuelled Complete Road Sweeper Vehicles

Lot No

8

two.2.2) Additional CPV code(s)

  • 34921100 - Road sweepers
  • 34144900 - Electric vehicles

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Throughout Scotland.

two.2.4) Description of the procurement

This lot is for the supply and delivery of Alternative Fuelled Complete Road Sweeper Vehicles (electric, hydrogen, or hybrid etc.) for Scottish councils and various other contracting authorities to undertake various public services.

Currently, the market for Electric, Hydrogen and other alternatively fuelled Vehicles is immature, yet growing and Ultra Low Emission Vehicles (ULEVs) represent a tiny percentage of the overall vehicle fleet. Tenderers are required to provide a list of alternative fuelled complete road sweeper vehicles (electric, hydrogen, or hybrid etc.) that are either (a) currently available to purchase within the UK market, and/or (b) have definitive planned introduction of such vehicles during the lifetime of this framework and that fall within the particular Lot scope(s) of Lot 8 as detailed within the Tender documents.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

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

Two years from the commencement date with an option to extend for up two 12 months periods.

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Alternative Fuelled Chassis

Lot No

2

two.2.2) Additional CPV code(s)

  • 34139000 - Chassis
  • 34144900 - Electric vehicles

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Throughout Scotland.

two.2.4) Description of the procurement

This lot is for the supply and delivery of Alternative Fuelled Chassis (electric, hydrogen, or hybrid etc.) for Scottish councils and various other contracting authorities to undertake various public services.

Currently, the market for Electric, Hydrogen and other alternatively fuelled Vehicles is immature, yet growing and Ultra Low Emission Vehicles (ULEVs) represent a tiny percentage of the overall vehicle fleet.Tenderers are required to provide a list of alternative fuelled chassis (electric, hydrogen, or hybrid etc.) that are either (a) currently available to purchase within the UK market, and/or (b) have definitive planned introduction of such vehicles during the lifetime of this framework and that fall within the particular Lot scope(s) of Lot 2 as detailed within the Tender documents.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £15,000,000

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

Two years from the commencement date with an option to extend for up two 12 months periods.

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Bodies for Gritters

Lot No

9

two.2.2) Additional CPV code(s)

  • 34144440 - Gritter vehicles
  • 34210000 - Vehicle bodies
  • 34143000 - Winter-maintenance vehicles
  • 34130000 - Motor vehicles for the transport of goods
  • 34137000 - Second-hand goods vehicles
  • 66114000 - Financial leasing services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Throughout Scotland.

two.2.4) Description of the procurement

This lot is for the supply and delivery of various bodies for gritters including, but not limited to multi purpose tipper/gritter body, tipper/gritter IBS end tipper system body and permanently mounted gritter body to suit various applications/ functions including, but not limited to, carrying and offloading materials for road repairs, salt distribution and winter maintenance in order for Scottish councils and various other contracting authorities to undertake various public services.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £4,500,000

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

Two years from the commencement date with an option to extend for up two 12 months periods.

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Aerial Platforms

Lot No

15

two.2.2) Additional CPV code(s)

  • 34142100 - Elevator-platforms trucks
  • 34514700 - Mobile platforms
  • 34130000 - Motor vehicles for the transport of goods
  • 34210000 - Vehicle bodies

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Throughout Scotland.

two.2.4) Description of the procurement

This lot is for the supply and delivery of various aerial platforms including, but not limited to, 23m aerial platforms, 35m aerial platforms, 53m aerial platform to suit various applications/ functions including, but not limited to, working at height in order for Scottish councils and various other contracting authorities to undertake various public services.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

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

Two years from the commencement date with an option to extend for up two 12 months periods.

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Lorry Mounted Cranes

Lot No

16

two.2.2) Additional CPV code(s)

  • 42414000 - Cranes, mobile lifting frames and works trucks fitted with a crane
  • 42414100 - Cranes
  • 42414140 - Container cranes

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Throughout Scotland.

two.2.4) Description of the procurement

This lot is for the supply and delivery of lorry mounted cranes including, but not limited to 2200 lbs lorry mounted cranes and 7300 lbs lorry mounted cranes to suit various applications/ functions including, but not limited to, working at height in order for Scottish councils and various other contracting authorities to undertake various public services.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

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

Two years from the commencement date with an option to extend for up two 12 months periods.

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Economic and Financial Standing selection criteria apply separately in relation to each individual lot.

INSURANCE REQUIREMENTS:

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

ALL LOTS

Employers’ Liability – in accordance with Regulation 5 of the Employers’ Liability (Compulsory Insurance) Regulations 1998 to a minimum indemnity limit of GBP 10 million each and every occurrence;

Public/Products Liability – to a minimum indemnity limit of GBP 10 million each and every occurrence and in the aggregate in respect of Products; and

Motor Vehicle - in accordance with the provisions of the current Road Traffic Act 1988 to a minimum indemnity limit of GBP 5 million each and every occurrence.

For bidders who will sub contract parts of the business, the bidder should provide a letter signed by a person of appropriate authority confirming that the bidder has ongoing arrangements in place to ensure that subcontractors’ vehicles are appropriately insured and maintained.

OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:

A search of the bidder against Equifax’s Protect must not return a ‘Warning’ or ‘Caution’ returnable code or any neutral code, unless the bidder confirms that it can provide any other document which Scotland Excel considers appropriate to prove to Scotland Excel (acting within its permitted discretion under the applicable public procurement rules) that the bidder does / would not represent an unmanageable risk should it be appointed onto the proposed Framework Agreement.

three.1.3) Technical and professional ability

List and brief description of selection criteria

1. Subcontracting

2. Quality Management Procedures

3. Environmental Management Systems or Standards

4. Health and Safety Procedures

In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Technical and Professional Ability selection criteria apply separately in relation to each individual lot.

Minimum level(s) of standards possibly required

SUBCONTRACTING:

Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off under the proposed framework agreement.

If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely to satisfy the selection criteria, you must secure that each subcontractor completes a separate SPD (Scotland) Response for all Parts of the SPD (Scotland) Qualification Envelope, except Part 4 (Selection criteria).

QUALITY MANAGEMENT PROCEDURES

The tenderer must have the following:

The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).

OR

A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the tenderer has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.

ENVIRONMENTAL MANAGEMENT SYSTEMS OR STANDARDS

The tenderer must have the following:

The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.

OR

A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the tenderer's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).

HEALTH AND SAFETY PROCEDURES

The tenderer must have the following:

The tenderer MUST HOLD a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.

OR

A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

For full details of the conditions relevant to the proposed Framework Agreement and contracts to be called-off thereunder (to the extent known or settled at this stage), please see the procurement documents (details of how to access these being set out in section "1.3) Communication" of this Contract Notice.


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: 40

four.1.6) Information about electronic auction

An electronic auction will be used

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: 2021/S 000-003242

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

Date

9 November 2021

Local time

12:00pm

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: 5 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

9 November 2021

Local time

12:00pm

Information about authorised persons and opening procedure

Scotland Excel, Renfrewshire House, Cotton Street, Paisley PA1 1AR on https://www.publictendersscotland.publiccontractsscotland.gov.uk/


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

Scotland Excel is a central purchasing body and is procuring this framework on behalf of the following contracting authorities (and successor bodies):

- The 32 local authorities in Scotland listed at http://www.scotlandexcel.org.uk/home/aboutus/Ourmembers/Our Members.aspx

- Tayside Contracts

- Scotland Excel associate members

- any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working)(Scotland)Act 2014. The above is subject to each contracting authority entering into and maintaining a relevant membership agreement or other access agreement with Scotland Excel.

Tenderers are advised that the envisaged maximum number of participants that might be appointed to the proposed framework agreement set out in section IV.1.3 of this contract notice is purely indicative. Scotland Excel reserves the right to appoint more or less bidders than the envisaged maximum number to the proposed Framework Agreement. Tenderers are advised that whether electronic ordering, invoicing and payment will be used or accepted is at the discretion of each Member Authority or Associate Member which will be settled by them during call-off of a contract under this proposed Framework Agreement.

Further to IV.1.6, electronic auctions may be used at the point when Councils enter into Call-offs under the Framework. In that event, Councils will set out relevant information in the procurement documents related to their requirement in accordance with Regulation 36 (Electronic Auctions) of the Public Contracts (Scotland) Regulations 2015.

REBATE REQUIREMENTS

Bidders should note that retrospective rebates apply to this Framework. Details can be found via Clause 14 of the Special Conditions of Contract located within the Buyer Attachments Area.

CONTRACT MANAGEMENT, KPIs & COMMUNITY BENEFIT REQUIREMENTS

As per details in the Special Conditions, Suppliers will be required to provide Management Information (MI) and KPIs on a quarterly basis and Community Benefits bi-annually.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19855. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/communitybenefits-in-procurement/

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

In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that, Scotland Excel intends to include community benefit requirements. As part of your response within the Technical criteria, Bidders will be requested to commit to delivery of community benefits in accordance with the methodology outlined in the tender documents.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 41588. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

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

In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that, Scotland Excel intends to include community benefit requirements. As part of your response within the Technical criteria, Bidders will be requested to commit to delivery of community benefits in accordance with the methodology outlined in the tender documents.

(SC Ref:667071)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland)

Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.