Tender

Subcontractor Services Framework Agreement

  • Scottish Borders Council
  • Scottish Borders Housing Association Ltd
  • Eildon Housing Association
  • NHS Borders
  • Borders College
Show 1 more buyer Show fewer buyers
  • Berwickshire Housing Association Ltd

F02: Contract notice

Notice identifier: 2025/S 000-063222

Procurement identifier (OCID): ocds-h6vhtk-04f899 (view related notices)

Published 8 October 2025, 11:53am



Section one: Contracting authority

one.1) Name and addresses

Scottish Borders Council

Council Headquarters

Newtown St Boswells

TD6 0SA

Contact

Procurement

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 Ltd

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

Eildon Housing Association

The Weaving Shed, Ettrick Mill, Dunsdale Road

Selkirk

TD7 5EB

Email

enquiries@eildon.org.uk

Telephone

+44 3000200217

Fax

+44 1750724445

Country

United Kingdom

NUTS code

UKM91 - Scottish Borders

Internet address(es)

Main address

http://www.eildon.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11283

one.1) Name and addresses

NHS Borders

Borders General Hospital

Melrose

TD6 9BS

Email

alistair.meikle@borders.scot.nhs.uk

Telephone

+44 1896826339

Fax

+44 1750724445

Country

United Kingdom

NUTS code

UKM91 - Scottish Borders

Internet address(es)

Main address

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

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11162

one.1) Name and addresses

Borders College

Scottish Borders Campus, Nether Road

Galashiels

TD1 3HE

Email

bmccluskey@borderscollege.ac.uk

Telephone

+44 1896662678

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

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.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

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

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Subcontractor Services Framework Agreement

Reference number

1001433

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

two.1.5) Estimated total value

Value excluding VAT: £25,000,000

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

Lot 1 - Groundworks & Hard Landscaping

Lot No

1

two.2.2) Additional CPV code(s)

  • 45262500 - Masonry and bricklaying work
  • 45112700 - Landscaping work

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

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

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

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

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

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

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

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

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

-concreting – placement in foundation, floors, walls;

-gabion baskets & other retaining structures;

-surfacing;

-surface dressing.

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 2 - Masonry and Builder Work

Lot No

2

two.2.2) Additional CPV code(s)

  • 45262500 - Masonry and bricklaying work

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

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

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

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

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

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

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

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

Lot No

3

two.2.2) Additional CPV code(s)

  • 43400000 - Mineral-processing and foundry mould-forming machinery
  • 45262410 - Structural steel erection work for buildings
  • 45262420 - Structural steel erection work for structures
  • 44114200 - Concrete products

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

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

-bridge abutments;

-bridge decks;

-retaining wall;

-ground beams;

-concrete floor slabs;

-structural steel buildings;

-structural concrete floor and screeding.

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 4 - Commercial Scaffolding

Lot No

4

two.2.2) Additional CPV code(s)

  • 44212310 - Scaffolding

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

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

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

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

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

-installation and maintenance of pulley systems;

-weekly inspections;

-design work;

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

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 5 - Soft landscaping

Lot No

5

two.2.2) Additional CPV code(s)

  • 45112700 - Landscaping work

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

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

-preparation, cultivation & fertilisation of planting area;

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

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

-turfing;

-grass-seeding;

-grass-cutting;

-maintenance works (contract and annual).

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 6 - Arboricultural

Lot No

6

two.2.2) Additional CPV code(s)

  • 77211400 - Tree-cutting services
  • 77342000 - Hedge trimming
  • 77340000 - Tree pruning and hedge trimming
  • 77211500 - Tree-maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

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

-tree felling;

-logging, mulching and disposal of felled trees;

-hedge trimming;

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

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 7 - Fencing

Lot No

7

two.2.2) Additional CPV code(s)

  • 45342000 - Erection of fencing
  • 45340000 - Fencing, railing and safety equipment installation work
  • 44313100 - Wire-mesh fencing
  • 44231000 - Made-up fencing panels
  • 34928310 - Safety fencing

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

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

-post & wire fencing;

-stock proof fencing;

-post & rail fencing;

-close boarded fencing;

-industrial fencing;

-temporary & HERAS fencing.

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 8 - Bridge, Road and Footpath Surfacing and Maintenance

Lot No

8

two.2.2) Additional CPV code(s)

  • 45233220 - Surface work for roads
  • 45233253 - Surface work for footpaths
  • 45233251 - Resurfacing works
  • 45233200 - Various surface works
  • 45233228 - Surface coating construction work
  • 45262300 - Concrete work
  • 45262310 - Reinforced-concrete work
  • 45221100 - Construction work for bridges
  • 45262210 - Foundation work
  • 45261420 - Waterproofing work
  • 45233222 - Paving and asphalting works
  • 45233120 - Road construction works

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

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

-surfacing to roads and footpaths;

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

-bond coating;

-pavement reinforcing;

-bridge pointing;

-waterproofing;

-service track reinstatement;

-playground & public areas;

-driveway surfacing;

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

-trunk roads;

-public highways;

-private roads;

-new road construction with housing and industrial sites.

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 9 - Road marking

Lot No

9

two.2.2) Additional CPV code(s)

  • 34922100 - Road markings

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

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

-road marking – removal & application;

-road studs;

-high friction surfacing;

-decorative resin bond gravel surfacing.

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 10 - Jet patching

Lot No

10

two.2.2) Additional CPV code(s)

  • 44512600 - Roadworking tools
  • 45233142 - Road-repair works

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

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

-local authority maintenance works;

-public highways;

-private roads.

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 11 - Roadside Maintenance

Lot No

11

two.2.2) Additional CPV code(s)

  • 90640000 - Gully cleaning and emptying services
  • 90610000 - Street-cleaning and sweeping services
  • 50230000 - Repair, maintenance and associated services related to roads and other equipment
  • 77314000 - Grounds maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

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

-grass cutting;

-strimming for public highway maintenance works.

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

-local authority cyclic maintenance works;

-trunk roads;

-public highways;

-private roads;

-new road construction with housing and industrial sites.

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

-local authority cyclic maintenance works;

-public highways;

-private roads.

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 12 - Traffic Management

Lot No

12

two.2.2) Additional CPV code(s)

  • 50232200 - Traffic-signal maintenance services
  • 63712200 - Highway operation services
  • 45233292 - Installation of safety equipment
  • 34928470 - Signage

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

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

-local authority maintenance works;

-public highways;

-trunk roads;

-private roads.

Including:

-traffic light set up & hire;

-stop/go;

-convoying;

-road closures.

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 13 - Material & Laboratory Services

Lot No

13

two.2.2) Additional CPV code(s)

  • 71620000 - Analysis services
  • 71351500 - Ground investigation services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631400 - Technical inspection services of engineering structures
  • 45120000 - Test drilling and boring work
  • 71630000 - Technical inspection and testing services
  • 71631480 - Road-inspection services

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

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

-sampling and analysis of inert and contaminated soils;

-ground investigation surveys;

-CBR testing;

-plate bearing tests;

-testing of concrete, quarry and bitumen materials;

-road coring

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

irregularity, texture depth

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

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 14 - Water Services

Lot No

14

two.2.2) Additional CPV code(s)

  • 39370000 - Water installations

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

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

-housing;

-industrial development;

-public building, schools etc.

Includes:

-civil engineering works;

-utility works;

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

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 15 - Professional Services

Lot No

15

two.2.2) Additional CPV code(s)

  • 98110000 - Services furnished by business, professional and specialist organisations
  • 98112000 - Services furnished by professional organisations

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

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

-site management

-site engineers

-setting out

-quantity surveying and estimating

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

-industrial development;

-public building, schools etc.

-civil engineering works;

utility works;

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

List and brief description of conditions

Required qualifications and other requirements:

Lot 1 -

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

-CSCS cards;

-NRSWA

-NPORS, or equivalent;

-HGV category C licenses;

-Certificate of Professional Competence (CPC);

-Plant testing and maintenance documentation

Lot 2 -

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

-CSCS cards;

-NRSWA

-NPORS, or equivalent.

Lot 3 -

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

-CSCS cards;

-NPORS, or equivalent;

-NRSWA

-HGV category C licenses;

-Certificate of Professional Competence (CPC);

-Plant testing and maintenance documentation

Lot 4 -

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

-NRSWA

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

Lot 5 -

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

Lot 6 -

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

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

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

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

Lot 7 -

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

Lot 8 -

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

-Tanker Calibration Certification to BS1707: 1989 Appendix A

-CSCS cards;

-NPORS, or equivalent;

-HGV category C licenses;

-National Highways Sector Scheme accreditation

-Certificate of Professional Competence (CPC);

-Plant testing and maintenance documentation

Lot 9 -

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

-CSCS cards;

-NPORS, or equivalent;

-HGV category C licenses;

-National Highways Sector Scheme accreditation level 7

-Certificate of Professional Competence (CPC);

-Plant testing and maintenance documentation

-HAPAS Type 1 approved installer

Lot 10 -

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

-CSCS cards;

-NPORS, or equivalent;

-HGV category C licenses;

-Certificate of Professional Competence (CPC);

-Plant testing and maintenance documentation

Lot 11 -

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

-CSCS cards;

-NPORS, or equivalent;

-National Highways Sector Scheme accreditation

-HGV category C licenses;

-Certificate of Professional Competence (CPC);

-Plant testing and maintenance documentation

Lot 12 -

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

-CSCS cards;

-NPORS, or equivalent;

-HGV category C licenses;

-National Highways Sector Scheme accreditation 12D

-Certificate of Professional Competence (CPC);

-Plant testing and maintenance documentation

Lot 13 -

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

-CSCS cards;

-NPORS, or equivalent;

-Plant testing and maintenance documentation

Lot 14 -

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

-CSCS cards;

-NPORS, or equivalent;

-Plant testing and maintenance documentation

-Scottish Water Approved Contractor Certification

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

Lot 15 -

-CSCS cards;

-NPORS, or equivalent;

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

three.1.2) Economic and financial standing

List and brief description of selection criteria

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

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

[4B5c] Insurance - All other types listed

Minimum level(s) of standards possibly required

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

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

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

5 million GBP each and every claim

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

5 million GBP each and every claim

three.1.3) Technical and professional ability

List and brief description of selection criteria

SPD Question [4A1b] Enrolment in a trade register

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

Minimum level(s) of standards possibly required

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

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

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Details are provided within the Framework Terms and Conditions.

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

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


Section 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: 105

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

Not applicable

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: 2025/S 000-011191

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

Date

17 November 2025

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

Tender must be valid until: 16 February 2026

four.2.7) Conditions for opening of tenders

Date

17 November 2025

Local time

1:00pm


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

Contractors should note that when it is judged by the Council (at their sole discretion)to be appropriate the Council will collaborate

with the relevant bodies(including Police Scotland and collaborative partners) to actively share significant elements of information provided and detailed in this response.

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

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

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

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

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

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

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

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

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

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

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

of the spend and may include;

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

Activities with schools or colleges.

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

(SC Ref:811774)

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

six.4) Procedures for review

six.4.1) Review body

Jedburgh Sherriff Court and Justice of the Peace Court

Castlegate

Jedburgh

TD8 6AR

Email

jedburgh@scotcourts.gov.uk

Telephone

+44 1835863231

Country

United Kingdom

Internet address

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

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The contracting authorities will incorporate a minimum 10 day standstill period at the point of information on the award of the contract is communicated to tenderers. The Public Contract (Scotland) Regulations 2015 (SSI,2015 No446) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rule to take action in the Sherriff Court or Court of Session. A claim for an ineffectiveness order must be made within 30 days of the award being published on the Find a Tender service (FTS) or within 30 days of the date to those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within six months from the date on which the contract was entered into.