Opportunity

Vehicle and Plant Hire

  • Scotland Excel

F02: Contract notice

Notice reference: 2021/S 000-027705

Published 4 November 2021, 2:35pm



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

Fax

+44 1416187423

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

Vehicle and Plant Hire

Reference number

0121

two.1.2) Main CPV code

  • 34100000 - Motor vehicles

two.1.3) Type of contract

Supplies

two.1.4) Short description

This framework will provide councils and other participating bodies with a mechanism to hire the vehicles or plant equipment over different time periods, to support the requirements of fleet and roads departments. The use of hired equipment supplements existing council assets and assists with seasonal or intermittent demands.

two.1.5) Estimated total value

Value excluding VAT: £60,000,000

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

Hire of Cars & Light Vehicles

Lot No

1

two.2.2) Additional CPV code(s)

  • 34100000 - Motor vehicles
  • 60170000 - Hire of passenger transport vehicles with driver
  • 60183000 - Hire of vans with driver

two.2.3) Place of performance

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

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

Lot 1 is for the hire of cars and light vehicles for use by Scottish local authorities and other contracting authorities permitted to call-off contracts under this proposed Framework Agreement.

The cars and light vehicles covered, but is not limited to, small cars, executive cars and vans up to 3.5 tonnes.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 35

Price - Weighting: 65

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 to, 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

Hire of Minibuses / Buses

Lot No

2

two.2.2) Additional CPV code(s)

  • 60172000 - Hire of buses and coaches with driver
  • 60183000 - Hire of vans with driver
  • 34100000 - Motor vehicles

two.2.3) Place of performance

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

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

Lot 2 is for the hire of minibuses/buses with or without a driver for use by Scottish local authorities and other contracting authorities permitted to call-off contracts under this proposed Framework Agreement.

The minibuses/buses covered, but is not limited to, a range from 9 seats to 33 seats.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 35

Price - Weighting: 65

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 to, 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

Hire of Gritters

Lot No

4

two.2.2) Additional CPV code(s)

  • 34140000 - Heavy-duty motor vehicles
  • 60181000 - Hire of trucks with driver

two.2.3) Place of performance

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

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

Lot 4 is for the hire of gritters for use by Scottish local authorities and other contracting authorities permitted to call-off contracts under this proposed Framework Agreement.

The gritters included range in size from 3.5 tonne to 26 tonne.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

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 to, 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

Hire of Refuse Collection Vehicles

Lot No

5

two.2.2) Additional CPV code(s)

  • 34140000 - Heavy-duty motor vehicles
  • 60181000 - Hire of trucks with driver
  • 34144500 - Vehicles for refuse and sewage

two.2.3) Place of performance

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

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

Lot 5 is for the hire of refuse collection vehicles for use by Scottish local authorities and other contracting authorities permitted to call-off contracts under this proposed Framework Agreement.

The refuse collection vehicles covered is, but is not limited to, a range of sizes from 3.5 Tonne to 26 Tonne.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £7,000,000

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 to, 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

Hire of Plant - Excavation Equipment

Lot No

6

two.2.2) Additional CPV code(s)

  • 60180000 - Hire of goods-transport vehicles with driver
  • 34113300 - Off-road vehicles
  • 45520000 - Hire of earthmoving equipment with operator

two.2.3) Place of performance

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

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

Lot 6 is for the hire of excavation plant with or without a driver or operator for use by Scottish local authorities and other contracting authorities permitted to call-off contracts under this proposed Framework Agreement.

The plant equipment covered is, but is not limited to, dozers, dumpers and excavators.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £7,000,000

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 to, 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

Hire of Plant - Lifting Equipment

Lot No

8

two.2.2) Additional CPV code(s)

  • 42414100 - Cranes
  • 42414000 - Cranes, mobile lifting frames and works trucks fitted with a crane
  • 45510000 - Hire of cranes with operator
  • 34142100 - Elevator-platforms trucks
  • 34514700 - Mobile platforms
  • 42410000 - Lifting and handling equipment

two.2.3) Place of performance

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

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

Lot 8 is for the hire of plant lifting equipment with or without an operator for use by Scottish local authorities and other contracting authorities permitted to call-off contracts under this proposed Framework Agreement.

The plant lifting equipment covered is, but is not limited to, Telehandlers, Access Platforms, Scissor Lifts etc.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £8,000,000

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 to, 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

Hire of Grounds Maintenance Equipment

Lot No

9

two.2.2) Additional CPV code(s)

  • 43325100 - Grounds-maintenance equipment

two.2.3) Place of performance

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

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

Lot 9 is for the hire of grounds maintenance equipment for use by Scottish local authorities and other contracting authorities permitted to call-off contracts under this proposed Framework Agreement.

The grounds maintenance equipment covered is, but is not limited to, mowers or woodchippers of various sizes.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

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

Two years from the commencement date with an option to extend for up to, 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

Hire of Sweepers

Lot No

10

two.2.2) Additional CPV code(s)

  • 34921100 - Road sweepers
  • 34144431 - Suction-sweeper vehicles

two.2.3) Place of performance

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

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

Lot 10 is for the hire of sweepers for use by Scottish local authorities and other contracting authorities permitted to call-off contracts under this proposed Framework Agreement.

The sweepers covered is, but is not limited to, a range of sweepers from 3.5 tonne to 18 tonne.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 35

Price - Weighting: 65

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

Two years from the commencement date with an option to extend for up to, 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

Hire of Specialist Equipment

Lot No

11

two.2.2) Additional CPV code(s)

  • 34114000 - Specialist vehicles

two.2.3) Place of performance

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

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

Lot 11 is for the hire of specialist vehicles/equipment for use by Scottish local authorities and other contracting authorities permitted to call-off contracts under this proposed Framework Agreement.

The specialist vehicles/equipment covered is, but is not limited to, multi use utility vehicles & temporary traffic lights.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 35

Price - Weighting: 65

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

Two years from the commencement date with an option to extend for up to, 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

Hire of Drainage Equipment

Lot No

12

two.2.2) Additional CPV code(s)

  • 34144431 - Suction-sweeper vehicles
  • 33141642 - Drain accessories

two.2.3) Place of performance

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

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

Lot 12 is for the hire of drainage vehicles and/or equipment for use by Scottish local authorities and other contracting authorities permitted to call-off contracts under this proposed Framework Agreement.

The drainage equipment covered is, but is not limited to, a range of gully emptiers, vactors or pumps of various sizes.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 35

Price - Weighting: 65

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

Two years from the commencement date with an option to extend for up to, 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

Hire of Commercial Vehicles

Lot No

3

two.2.2) Additional CPV code(s)

  • 34140000 - Heavy-duty motor vehicles
  • 60183000 - Hire of vans with driver
  • 60182000 - Hire of industrial vehicles with driver

two.2.3) Place of performance

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

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

Lot 3 is for the hire of commercial vehicles for use by Scottish local authorities and other contracting authorities permitted to call-off contracts under this proposed Framework Agreement.

The commercial vehicles covered is, but is not limited to tippers of various payloads, dropside crewcabs etc.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 35

Price - Weighting: 65

two.2.6) Estimated value

Value excluding VAT: £10,000,000

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 to, 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

Hire of Plant - Road Surfacing Equipment

Lot No

7

two.2.2) Additional CPV code(s)

  • 43312000 - Road-surfacing machinery
  • 60180000 - Hire of goods-transport vehicles with driver
  • 34921000 - Road-maintenance equipment

two.2.3) Place of performance

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

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

Lot 7 is for the hire of road surfacing plant with or without a driver or operator for use by Scottish local authorities and other contracting authorities permitted to call-off contracts under this proposed Framework Agreement.

The plant equipment covered is, but is not limited to, spreaders, pavers and rollers.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £7,000,000

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 to, 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.

SPD (SCOTLAND) QUESTIONS 4B.5.1 AND 4B.5.2 - Insurance Requirements

SPD (SCOTLAND) QUESTIONS 4B.6 - Other Economic and Financial Requirements

Minimum level(s) of standards possibly required

SPD (SCOTLAND) QUESTIONS 4B.5.1 AND 4B.5.2 - 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 (COMPULSARY) LIABILITY INSURANCE = no less than GBP 10 million indemnity limit each and every claim

PUBLIC/PRODUCTS LIABILITY INSURANCE = no less than GBP 5 million any one occurrence (in the aggregate for Products Liability)

MOTOR INSURANCE = statutory third party motor vehicle liability insurance to a minimum indemnity limit of GBP 5 million for property damage and unlimited for Third Party Injury.

Minimum level(s) of standards required:

SPD (SCOTLAND) QUESTION 4B.6 - OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:

A. 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 on-going arrangements in place to ensure that sub-contractors’ vehicles are appropriately insured and maintained.

B. The bidder is to confirm that a search of the bidder against Equifax’s Protect will 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. SPD (Scotland) Question 4C.10 - Subcontracting

3. SPD (Scotland) Question 4D.1 - Quality Management Procedures

4. SPD (Scotland) Question 4D.1 - Health and Safety Procedures

5. SPD (Scotland) Question 4D.2 - Environmental Management Systems or Standards

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

SPD (SCOTLAND) QUESTION 4C.10 - SUBCONTRACTING:

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

If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely to satisfy the selection criteria, you must secure that each subcontractor completes a separate SPD (Scotland) Response for Parts 1, 2, 3 and 6 of the SPD (Scotland) Qualification Envelope.

SPD (SCOTLAND) QUESTION 4D.1 - 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.

SPD (SCOTLAND) QUESTION 4D.1 - HEALTH AND SAFETY PROCEDURES

The tenderer must have the following:

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

OR

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

SPD (SCOTLAND) QUESTION 4D.2 - ENVIRONMENTAL MANAGEMENT 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).

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Scotland Excel will require the members of any tendering group of entities (including, but not limited to, consortium members, members of a group of economic operators and / or sub-contractors) to be jointly and severally liable for the performance of the contract (no matter the legal form taken by those entities in order to enter into the contract).

For full details of the condition 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 "I.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

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 000-003240

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

Date

3 December 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

3 December 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

This Tender process is subject to the Law and Guidance applicable in Scotland relative to the award of public contracts including (without limitation) as set out in the Public Contracts (Scotland) Regulations 2015, most recently amended to reflect the European Union exit by the UK. Any prior version of the relevant Law and Guidance, or terminology related thereto, which appears in these Procurement Documents should therefore be interpreted and applied as currently in force.

Scotland Excel, as a central purchasing body, is procuring this framework for the use and benefit of its members, namely the following contracting authorities (and successor bodies):

The 32 local authorities in Scotland;

Tayside Contracts;

Scotland Excel associate members;

all as listed at https://home.scotland-excel.org.uk/about-us/our-members/

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 is purely indicative. Scotland Excel reserves the right to appoint more or less bidders to the proposed Framework Agreement.

Tenderers are advised that whether electronic ordering, invoicing and payment (section V1.2 above) will be used or accepted is at the discretion of each Local Authority Member or Associate Member which will be settled by them during call-off of a contract under this proposed Framework Agreement.

Subcontractors on whose capacity the Tenderer does not rely: Scotland Excel will request the following information in the Single Procurement Document (Scotland):

- whether the Tenderer intends to subcontract any share of the contract to a third party;

- list of the proposed subcontractors as far as it is known at that stage; and

- what proportion / percentage of the contracts to be called-off under the proposed framework agreement does the Tenderer intend to subcontract.

Please note that these subcontractors on whose capacity the bidder does not rely will be subject to the rules regarding Exclusion as set out above (section III).

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.

Bidders should note that retrospective rebates apply to this Framework. Details can be found via Clause 47 of the Special Conditions of Contract.

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

MI requires an itemised statement for goods and services provided for each contracting authority who will be permitted to purchase under this proposed Framework Agreement down to a defined categorisation structure set out in the MI template.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20016. 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:671573)

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.