Repairs and Maintenance Framework – Scotland
Scottish Borders Council has a wide ranging estate and an estimated annual budget for repairs and maintenance work of around 4 700 000 GBP. 18 Lots.
United Kingdom-Newtown St Boswells: Miscellaneous special-trade construction work
2019/S 121-296716
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Council Headquarters
Newtown St Boswells
TD6 0SA
United Kingdom
Telephone: +44 1835824000
E-mail: procurement@scotborders.gov.uk
Fax: +44 1835825150
NUTS code: UK
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00394
I.1)Name and addresses
Scottish Borders Campus, Nether Road
Galashiels
TD1 3HE
United Kingdom
Telephone: +44 8700505152
E-mail: pchandy@borderscollege.ac.uk
Fax: +44 1896758179
NUTS code: UKM91Internet address(es):Main address: www.borderscollege.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00242
I.1)Name and addresses
South Bridge House, Whinfield Road
Selkirk
TD7 5DT
United Kingdom
Telephone: +44 1750724444
E-mail: enquiries@sbha.org.uk
Fax: +44 1750724445
NUTS code: UKM91Internet address(es):Main address: http://www.sbha.org.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11442
I.1)Name and addresses
7 Tweedside Park, Tweedbank
Galashiels
TD1 3TE
United Kingdom
Telephone: +44 1896893000
E-mail: Michelle.Lee@gov.scot
NUTS code: UKM91Internet address(es):Main address: http://www.sppa.gov.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00385
I.1)Name and addresses
55 Newtown Street, Duns
Berwickshire
TD11 3AU
United Kingdom
Telephone: +44 1361884000
E-mail: john.bain@berwickshirehousing.org.uk
Fax: +44 1361883404
NUTS code: UKM91Internet address(es):Main address: http://www.berwickshirehousing.org.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA15982
I.2)Information about joint procurement
Scottish Borders Council, LIVE Borders, SB Cares and any future ALEO or other linked to or subject to control of SBC.
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Repairs and Maintenance (Trades) Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Scottish Borders Council (SBC) has a wide ranging estate and an estimated annual budget for repairs and maintenance work of around 4 700 000 GBP. The Property Management Team at Scottish Borders Council manage repairs and maintenance to upkeep and upgrade the fabric of over 800 Council Buildings.
SBC are seeking a multi trade, multi supplier framework for a reactive repairs and maintenance service, which can be called from as and when necessary.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Electrical
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Properties within the Scottish Borders area.
II.2.4)Description of the procurement:
Electrical contractors required to deliver new build and refurbishment projects which may consist of but are not limited to:
— alteration and removal of existing services,
— domestic ventilation installations,
— electrical mains and sub-mains distribution,
— power installations,
— lighting and specialist lighting installations,
— local electricity generation systems,
— earthing and bonding installations,
— communication systems — visual, audio, data,
— security systems — alarm, detection, CCTV.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This framework is being awarded initially for a 24 month period with the option to be renewed annually for a 12 month period and then a final 12 month period. The maximum duration of the framework is 48 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The indicative value of the framework lot provided is the anticipated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.1)Title:
One Stop Multiple Trades Repair Service
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
At housing/homeless properties located within the Scottish Borders regional area.
II.2.4)Description of the procurement:
Homelessness services provide applicants with temporary accommodation that is fit for purpose and meets the stringent standards defined by the Scottish Government.
This framework lot will provide a single supplier contact for calling off multiple trades services for the homelessness services for these properties. We are seeking a contractor who will provide a responsive, reactive and planned maintenance service during the life of the framework agreement.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This lot has the option to be renewed for a 12 month period and then a further and final 12 month period when the initial 12 month period expires.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The value linked to this lot is the anticipated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.1)Title:
Network Cabling
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
At premises located within the Scottish Borders regional area.
II.2.4)Description of the procurement:
New build and refurbishment projects which may consist of but are not limited to: –
— Alteration and removal of existing services
— Communication systems – visual, audio, data
— Installation of Network Cabling (Cat 5E, Cat 6, Cat 6A and Fibre Optic)
— Installation of Wifi (Wireless access points will be supplied by our third party IT)
— Telephone Cabling (CW1308)
— Network Cabinet/rack Installation
— Containment installation
— Radio link (point to point and point to multi point)
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This lot has the option to be renewed for a 12 month period and then a fin al 12 month period when the initial 24 month period expires.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The value linked to this lot is the anticipated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.1)Title:
Arboricultural Services – Stump Grinding
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
At locations situated within the Scottish Borders regional area.
II.2.4)Description of the procurement:
Stump Removal (grinding) –
Works may consist of but are not limited to:-
— Grinding (chipping or cutting are synonymous with grinding)
— Grinding to a stated depth below ground level with a proprietary machine which may be self-powered or driven from a PTO shaft
— Digging out or grubbing out
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This Lot has the option to be extended for a further 12 month and the a further 12 months when the initial 24 month duration expires.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The value linked to this lot is the anticipated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.1)Title:
Handy Person Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
At premises located within the Scottish Borders regional area.
II.2.4)Description of the procurement:
General maintenance works which may consist of but are not limited to:-
— Fixing and repairing shelves
— Internal moving of office furniture
— Clearing gutters and blocked rain-water drainage
— Roof and render cleaning
— Pressure washing
— Changing light bulbs
— Changing toilet seats
— Replacing plug fuses
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This lot has the option to be extended for a further 12 months and then a further and final 1q2 months when the initial 24 month period expires.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The value linked to this lot is the anticipated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.1)Title:
Alarms, Entry Systems, CCTV
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
At premises located within the Scottish Borders regional area.
II.2.4)Description of the procurement:
Contractors required to deliver new build and refurbishment projects which may consist of but are not limited to:-
— Supply and installation of alarm systems, CCTV and access/entry systems
— Service and maintain active alarm systems, CCTV and access/entry systems
— Repair faults as and when they are reported
— Provide guidance/advice on the condition of active systems and upgrades that may be required
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This lot has the option to be extended for a 12 month period and then a further and final 12 month period when the initial 24 month period expires.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The value linked to this lot is the anticpated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.1)Title:
Painter/Decorator, Flooring, Blinds
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
At properties located within the Scottish Borders regional area.
II.2.4)Description of the procurement:
Painter/Decorator –
Contractors required to deliver new build and refurbishment projects which may consist of but are not limited to:-
— Internal and external works
— Surface preparation, Ames taping, filling etc..,
— Surface decoration of ceilings, walls, floors, timbers and metalwork
Floorings –
Contractors required to deliver new build and refurbishment projects which may consist of but are not limited to:-
— Surface preparation and self-levelling screeds
— Commercial carpet tiles, barrier matting, vinyl and associated trims and skirting’s
Blinds –
— Contractors required to supply and install all blind types
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This lot will have the option to be extended for a 12 month period and then a further 12 months when the initial 24 month duration expires.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The value linked to this lot is the anticpated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.1)Title:
Blacksmith, Metal Fabricators
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
At properties located in the Scottish Borders regional area.
II.2.4)Description of the procurement:
Contractors required to supply and install minor structural frames and lintels
— Supply and installation of handrails and balustrades – galvanised / powder-coated / stainless steel
— Supply and installation of entrance gates, feature fencing, security grills
— Bespoke metalwork, and signage
— Repairs to existing installations
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This lot will have the option to be extended for a 12 month period and then a final 12 months when the initial 24 month duration expires.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The value linked to this Lot is the anticipated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.1)Title:
Preservation, Windows, Glazier, Fencing
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
At properties located in the Scottish Borders regional area.
II.2.4)Description of the procurement:
Glazier/Windows –
New build and refurbishment projects which may consist of but are not limited to:-
— Supply and installation of timber, UPVC & aluminium windows and doors
— General glazing works and installation of roof lights
Fencing –
— Supply and installation of all fencing including, but not limited to, timber, chainlink and profile mesh fencing
Preservation works –
— To undertake full building conditions surveying of vacant or water damaged buildings, providing substantial reports on findings
— To carry out specified remedial repairs to vacant or occupied buildings
— To carry out specialist eradication works to dry rot, wet rot and other fungal infestations
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This Lot will have the option to be extended for a 12 month period and then a final 12 month period when the initial 24 month duration expires.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The value linked to this Lot is the anticipated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.1)Title:
Joiner, Locksmith
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
At properties located within the Scottish Borders regional area.
II.2.4)Description of the procurement:
Joinery –
Contractors required to deliver new build and refurbishment projects which may consist of but are not limited to:-
FACILITATING & RENOVATION WORKS:
— Minor demolition and investigative works
— Alteration of existing timber structures
— Temporary works to provide protection – temporary partitions, hoardings etc..,
— Cutting out and replacing defective timbers, including rafter and joist-end replacements
SUPERSTRUCTURE WORKS:
— Timber frames, wall, floor, roof and ceiling constructions; including all associated linings and insulation
— Skirtings, architraves and isolated trims
— Supply and installation of timber and UPVC windows and doors
— Timber stairs, ramps and balustrades
— Timber floor finishes
— Minor suspended ceiling installations and alterations
— External timber and cement board cladding
— General glazing works and installation of roof lights
FIXTURES & FITTINGS:
— Supply and installation of cubicles, vanity units and integrated panel systems (IPS)
— Installation of domestic kitchen fittings
— Bespoke solutions – reception desks, fitted cupboards, shelving etc…
Locksmith –
— Supply and installation of mechanical or electrical locking devices
— Repairs and servicing of mechanical or electrical locking devices
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This Lot will have the option to be extended for a further 12 month period and then a final 12 month period when the initial 24 duration expires.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The value linked to this Lot is the anticipated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.1)Title:
Building 2
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
At properties located in the Scottish Borders.
II.2.4)Description of the procurement:
Contractors required to deliver new build and refurbishment projects which may consist of but are not limited to:-
FACILITATING & RENOVATION WORKS:
— Minor demolition and investigative works
— Alteration of existing masonry structures
— Support of existing structures
— Masonry repairs
— Surface Cleaning
— General labouring and attendance
— Builders works in connection with services
SUBSTRUCTURE WORKS:
— Drainage and services below ground including all associated testing and commissioning
SUPERSTRUCTURE WORKS:
— Cementitious and granolithic screeds
— Formation of internal and external masonry walls
— Building insulation
EXTERNAL WORKS:
— Work to alter existing and form new paved areas
— Formation of ramps, steps and retaining walls
— Repairs and replacement of external surfacing
— Builders works in connection with external services
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This lot will have the option to be renewed for a 12 month period and then a further 12 months when the initial 24 month duration expires.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The value linked to this Lot is the anticipated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.1)Title:
Building 1
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
At properties located in the Scottish Borders regional area.
II.2.4)Description of the procurement:
Builder –
Contractors required to deliver new build and refurbishment projects which may consist of but are not limited to:-
FACILITATING & RENOVATION WORKS:
— Minor demolition and investigative works
— Alteration of existing masonry structures
— Support of existing structures
— Masonry and concrete repairs
— Surface Cleaning
— General labouring and attendance
— Builders works in connection with services
SUBSTRUCTURE WORKS:
— All works to form standard foundations up to and including damp proof course
— Remedial works to existing foundations – including underpinning
— Formation of lowest floor construction and associated substrates
— Drainage and services below ground including all associated testing and commissioning
SUPERSTRUCTURE WORKS:
— In-situ concreting works, associated reinforcement and framework
— Cementitious and granolithic screeds
— Formation of internal and external masonry walls
— Placement of precast concrete structures
— Building insulation
EXTERNAL WORKS:
— Work to alter existing and form new paved areas
— Formation of ramps, steps and retaining walls
— Builders works in connection with external services
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This lot will have the option to be extended for a 12 month period and then a further 12 month period when the initial 24 month duration expires.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The value linked to this lot is the anticipated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.1)Title:
Specialist Controls
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
At properties located in the Scottish Borders regional area.
II.2.4)Description of the procurement:
Contractors required to deliver Specialist Controls
— Specialist piped supply installations – natural gas, oxygen, compressed air etc..,
— Attendance on specialist mechanical installations
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This Lot will have the option to be extended for a 12 month period and then a further 12 month period when the initial award duration of 24 months expires.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The value linked to this lot is the value anticipated over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.1)Title:
Plumbing, Drainaige, Gas/Oil Fitting/Heating
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
At properties located in the Scottish Borders regional area.
II.2.4)Description of the procurement:
Contractors require to deliver new build and refurbishment projects which may consist of but are not limited to:-
— Alteration and removal of existing services
— Installation and alteration of sanitary appliances and ancillary fittings
— Foul drainage above ground
— Potential leadworks
— Mains water supply
— Hot and Cold water supply and distribution
— Heat sources and central heating systems
— Installation and maintenance of gas powered heating systems
— Non domestic ventilation and air conditioning systems
— Central control and building management systems
— Specialist piped supply installations – natural gas, oxygen, compressed air etc..,
— Attendance on specialist mechanical installations
— Associated builders work in connection with services
— All testing, commissioning and demonstrations
— Repairing existing services
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This Lot will have the option to be extended for a `12 month period and then a final 12 month period when the initial 24 month duration expires.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The value linked to this Lot is the anticipated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.1)Title:
Roughcaster/Plasterer/Tiler
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Properties within the Scottish Borders regional area.
II.2.4)Description of the procurement:
Roughcaster/Plasterer/Tiler –
Contractors required to deliver new build and refurbishment projects which may consist of but are not limited to:-
— Surface preparation, skimming and two coat works to walls and ceilings, including isolated patches,
— Cement renders and wet and dry dash
— Insulated render systems
— Tiling
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This Lot will have the option to be extended for a 12 month period and then a final 12 month period when the initial 24 month period expires.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The value linked to this Lot is the anticipated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.1)Title:
Slaters Steeplejacks and Roofing Works
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Properties located within the Scottish Borders regional area.
II.2.4)Description of the procurement:
General Roof Repairs, Wall/Roof Cladding, Felt roof/single ply, Metal Roofing, Slater, Steeplejack
Slater works –
Contractors required to deliver new build and refurbishment projects which may consist of but are not limited to:-
— Provision and on-going alteration, maintenance and inspection of minor access scaffolding
— Clearing gutters and blocked rain-water drainage
— Repairs to and replacement of existing slates, tiles, copings and flashings
— Full roof refurbishment, including rainwater good and valleys
Roofing Works –
Contractors required to deliver new build and refurbishment projects which may consist of but are not limited to:-
— Provision and on-going alteration, maintenance and inspection of minor access scaffolding
— Clearing gutters and blocked rain-water drainage
— Repairs to and replacement of existing slates, tiles, copings and flashings
— Installation of single layer ply systems, cold application systems, GRP roofs and high performance felting systems
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This lot will have the option to be extended for a 12 month period and then a further final 12 month period when the initial 24 month period expires.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The value linked to this Lot is the anticipated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.1)Title:
Electrical Appliance Repairs – Catering
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
At properties located in the Scottish Borders regional area.
II.2.4)Description of the procurement:
Electrical Appliance Repair contractors required to deliver new build and refurbishment projects which may consist of but are not limited to:-
— Alteration and removal of existing appliances
— Power installations
— Repairs to existing appliances
— Installation of new appliances
— Earthing and bonding installations
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
At the end of the 24 month period this Lot will have the option to be renewed annually for a 12 month period and then a further final 12 month period.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The value linked to this Lot is the anticipated value over a the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
II.2.1)Title:
Arboricultural Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
At locations situated within the Scottish Borders regional area.
II.2.4)Description of the procurement:
All works must be carried out to BS 3998:2010 Tree Work – Recommendations
General Arboricultural Services
Works may consist of but are not limited to:-
We expect the successful contractor(s) to be able to carry out the following throughout the Scottish Borders area or by locality as indicated:
— Crown cleaning
— Deadwood removal
— Formative pruning
— Branch removal
— Crown lifting
— Crown thinning
— Crown reduction
— Weight reduction
— Crown shaping
— Crown balancing
— Crown rejuvenation
— Pollarding
— Tree felling
— Removal of trees adjacent to water, i.e. lochs, ponds & watercourses
— Emergency response works which may typically be as a result of tree failure, vehicular accident or weather-related emergency
Qualifications required are:
Wind Blown Specialist –
Works may consist of but are not limited to:-
— Emergency response works to deal with damage to trees, typically during or resulting from adverse weather conditions
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This lot will have the option to be extended for a 12 month period and then a further and final 12 month period when the initial 24 month period expires.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The value linked to this lot is the anticipated value over the 48 month period.
Economic operators may be excluded from this competition if they are in any of the situations ref3erred to in regulation 58 of the Public Contracts Scotland Regulations 2015.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
ESPD(Scotland)Question 1.7.2 Part 4A.2 – Service Contracts requires the following qualifications and membership for each of the following Lots:
Lot 1 and Lot 2 – Contractors require to have NICEIC, Select or Equivalent professional qualification. Contractors for this lot will also require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation
Lot 3 – Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation
Lot 4 – Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation
Lot 5 and Lot 6 – Contractors for these lots require to hold a Gas Safe Registered qualification and to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.
Lot 7 – Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.
Lot 8 – Scaffolders will require to hold CISRS, PASMA or equivalent qualification and to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)
Accreditation. All other trades/contractors for this lot will require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.
Lot 9 – Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.
Lot 10 – Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.
Lot 11 – Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.
Lot 12 – Contractors for this lot require to hold Safety Schemes in Procurement(SSIP)Accreditation.
Lot 13 – Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.
Lot 14 – Contractors for this lot require to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.
Lot 15 – Contractors for this lot will require to have as a minimum Forestry and Arboriculture Level 2 OR level 3 OR NPTC 30, 31, 32, 33, 38, 39 qualifications and Wind Blown specialists will require to have Forestry and Arboriculture Level 3, 002102,002104 or 002112 OR NPTC – CS34,CS35 qualifications.
Lot 16 – Contractors for this lot will require to have as a minimum Forestry and Arboriculture Level 2 002053 or 002054 OR NPTC A07 qualifications.
Lot 17 – Contractors for this lot will require to have a minimum of CNCI(certifier network cable installer)and must have a SEPA Waste Carrier Licence. They will also be required to hold or be willing to obtain a Safety Schemes in Procurement(SSIP)Accreditation.
Lot 18 – Contractors for this lot will require to employ Electricians who are NICEIC, Select or hold an equivalent professional qualification, and Plumbers and heating engineers who hold a Gas Safe Registered qualification. The successful contractor will also require to hold a valid Safety Schemes in Procurement(SSIP)Accreditation.
III.1.2)Economic and financial standing
ESPD Scotland Question 1.74 Part 4B (Questions 48.5.1 and 48.5.2) — Insurance requirements and economic and financial standing. It is a requirement of this contract that economic operators hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
— public liability: minimum 5 000 000 GBP,
— products liability: minimum 5 000 000 GBP (if applicable),
— employer’s liability: minimum 5 000 000 GBP(if applicable).
For Lot 18 (only): EDPD Question Part 4B.8.6 Question 1.74.5 — Economic or financial requirements. Prior to awarding this lot the preferred contractor will be subjected to a Credit Safe check to assess the economic financial standing. The contractor will be required to co-operate with the Council and may be asked to provide copies of their last 2 financial audited accounts to assist with this process. The contractor will be required to obtain a Credit safe rating =/> than 50.
The Council reserves the right to exclude economic operators who fail to meet this rating and reserves the right not to award a contract without liability on it’s part.
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
Contractors performance will be managed as outlined in the invitation to tender documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This framework is being awarded for a 24 month period and will then have the option to be extended for a 12 month period and then a further and final 12 months.
VI.2)Information about electronic workflows
VI.3)Additional information:
ESPD Question 1.75 Part 4D — For Lots 15 and 16 only all work must be carried out to BS 398:2010 Tree Work Recommendations.
ESPD Question 1.75 Part 4D — For Lots 1-14, 17 and 18 contractors who have previously not been appointed to the Council’s framework will be given until the 31.12.2019 to obtain their Safety Schemes in Procurement (SSIP) accreditation. Work will only be issued to contractors when they have a valid and up to date SSIP accreditation.
ESPD Question 1.75 Part 4D — In addition for Lot 18. The contractor shall ensure that the work is carried out in accordance with all relevant building maintenance and repairs to ISO 9000 standards including the latest Gas Safety (Installation and Use) Regulations 1998 Approved Code of Practice and guidance, IET Wiring Regulations 18th Edition (BS 7671:2008).
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 12370
For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
For Lots 1-17 Scottish Borders Council will actively engage with contractors where the total collective spend annually with the individual contractor exceeds 50 000 GBP to obtain and ensure they deliver community benefits within the Scottish Borders area.
For Lot 18 Scottish Borders Council will actively engage with the successful contractor to ensure they deliver the community benefits outlined in the delivery plan when responding to the invitation to tender.
(SC Ref:587626)
VI.4.1)Review body
Council Headquarters
Newtown St Boswells
TD6 0SA
United Kingdom
Telephone: +44 1835824000
E-mail: procurement@scotborders.gov.uk
Fax: +44 1835825150Internet address: http://www.scotborders.gov.uk
VI.5)Date of dispatch of this notice: