Notice Information
Notice Title
Winter Maintenance Framework Agreement (Footways & Miscellaneous).
Notice Description
This is an award notice for the purpose of establishing a Framework Agreement to provide Winter Maintenance Assistance from 3rd party contractors to cover legislative requirements during winter periods should there be insufficient in-house capacity. The Framework will be split into 3 Lots covering the following requirements: Lot 1: Provision of Planned Winter Service Treatments on Priority Footway Routes (AM). Lot 2: Assistance for Reactive Winter Service Treatment to Footways Network. Lot 3 Assistance with Miscellaneous Winter related activities within Roads & Footways and other Council locations.
Lot Information
Reactive Treatments on Footway Network during periods of icing & snow
Award of Framework Agreement. Contractors within Lot 2 will be requested to carry out winter maintenance treatment to any part of the Council's footway network. The Contractor may not receive any instruction until the completion of the primary footway network that morning however, there will be occasions where the request is made in advance i.e. the day before. Drivers are required to hold a Class C1+ E licence to enable them to tow the appropriate trailer complete with footpath tractor, gritter & scraper when appropriate. The towing vehicle is also required to have the capability of carrying up to 1 tonne of salt while towing the loaded trailer. Additional information: The Framework will be for a maximum period of 36 months. The initial period of the Framework will be for 12 months from the starting date with an option to extend for up to a further 24 months subject to satisfactory operation and performance. Any periods of extension will be at the sole discretion of the Council.
Assistance with Miscellaneous Winter related activities within Roads & Footways and other Council locationsAward of Framework Agreement. Contractors within Lot 3 will generally be available for 'calling out' at short notice to assist with miscellaneous winter related activities from a particular specified Roads Depot or within a specific area. When called out to provide a service under this Lot a minimum charge equivalent to four hours of working time will apply. Contractors must ensure that all drivers/operators hold the appropriate licence. Additional information: The Framework will be for a maximum period of 36 months. The initial period of the Framework will be for 12 months from the starting date with an option to extend for up to a further 24 months subject to satisfactory operation and performance. Any periods of extension will be at the sole discretion of the Council.
Provision of Planned Winter Service Treatments on Priority Footway Routes (AM).Award of framework agreement for supplement of the Council's in-house resources, the Contractors will be required to respond to the need for planned winter treatments to the Council's priority footway network. They will be rota'd along with other contractors/Council winter operatives for any given week(s) throughout the winter period. Contractors within Lot 1 will be provided with a designated route. There will be a squad (2 operatives) identified for each of the 21 routes for a seven day week. There will be similar teams working from the six Roads Depots across the Region. One driver per squad within this Lot is required to hold a Class C1+E licence. Additional information: The Framework will be for a maximum period of 36 months. The initial period of the Framework will be for 12 months from the starting date with an option to extend for up to a further 24 months subject to satisfactory operation and performance. Any periods of extension will be at the sole discretion of the Council.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02cb8d
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/030408-2021
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90620000 - Snow-clearing services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £100,000 £100K-£500K
Notice Dates
- Publication Date
- 7 Dec 20214 years ago
- Submission Deadline
- 27 Aug 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 27 Sep 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH BORDERS COUNCIL
- Contact Name
- Not specified
- Contact Email
- procurement@scotborders.gov.uk
- Contact Phone
- +44 1835824000
Buyer Location
- Locality
- NEWTOWN ST BOSWELLS
- Postcode
- TD6 0SA
- Post Town
- Galashiels
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM9 Southern Scotland
- Small Region (ITL 3)
- TLM91 Scottish Borders
- Delivery Location
- TLM91 Scottish Borders
-
- Local Authority
- Scottish Borders
- Electoral Ward
- Selkirkshire
- Westminster Constituency
- Berwickshire, Roxburgh and Selkirk
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02cb8d-2021-12-07T16:35:04Z",
"date": "2021-12-07T16:35:04Z",
"ocid": "ocds-h6vhtk-02cb8d",
"description": "(SC Ref:675565)",
"initiationType": "tender",
"tender": {
"id": "SBC/CPS/2055",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Winter Maintenance Framework Agreement (Footways & Miscellaneous).",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "90620000",
"description": "Snow-clearing services"
},
"mainProcurementCategory": "services",
"description": "This is an award notice for the purpose of establishing a Framework Agreement to provide Winter Maintenance Assistance from 3rd party contractors to cover legislative requirements during winter periods should there be insufficient in-house capacity. The Framework will be split into 3 Lots covering the following requirements: Lot 1: Provision of Planned Winter Service Treatments on Priority Footway Routes (AM). Lot 2: Assistance for Reactive Winter Service Treatment to Footways Network. Lot 3 Assistance with Miscellaneous Winter related activities within Roads & Footways and other Council locations.",
"lots": [
{
"id": "2",
"title": "Reactive Treatments on Footway Network during periods of icing & snow",
"description": "Award of Framework Agreement. Contractors within Lot 2 will be requested to carry out winter maintenance treatment to any part of the Council's footway network. The Contractor may not receive any instruction until the completion of the primary footway network that morning however, there will be occasions where the request is made in advance i.e. the day before. Drivers are required to hold a Class C1+ E licence to enable them to tow the appropriate trailer complete with footpath tractor, gritter & scraper when appropriate. The towing vehicle is also required to have the capability of carrying up to 1 tonne of salt while towing the loaded trailer. Additional information: The Framework will be for a maximum period of 36 months. The initial period of the Framework will be for 12 months from the starting date with an option to extend for up to a further 24 months subject to satisfactory operation and performance. Any periods of extension will be at the sole discretion of the Council.",
"awardCriteria": {
"criteria": [
{
"name": "Ability to meet requirements",
"type": "quality",
"description": "30"
},
{
"name": "Service Back Up",
"type": "quality",
"description": "25"
},
{
"name": "Contract Implementation/Exit",
"type": "quality",
"description": "15"
},
{
"name": "Response Times",
"type": "quality",
"description": "25"
},
{
"name": "Fair Working Practices",
"type": "quality",
"description": "5"
},
{
"type": "price",
"description": "70"
}
]
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "3",
"title": "Assistance with Miscellaneous Winter related activities within Roads & Footways and other Council locations",
"description": "Award of Framework Agreement. Contractors within Lot 3 will generally be available for 'calling out' at short notice to assist with miscellaneous winter related activities from a particular specified Roads Depot or within a specific area. When called out to provide a service under this Lot a minimum charge equivalent to four hours of working time will apply. Contractors must ensure that all drivers/operators hold the appropriate licence. Additional information: The Framework will be for a maximum period of 36 months. The initial period of the Framework will be for 12 months from the starting date with an option to extend for up to a further 24 months subject to satisfactory operation and performance. Any periods of extension will be at the sole discretion of the Council.",
"awardCriteria": {
"criteria": [
{
"name": "Ability to meet requirements",
"type": "quality",
"description": "30"
},
{
"name": "Service Back Up",
"type": "quality",
"description": "25"
},
{
"name": "Contract Implementation/Exit",
"type": "quality",
"description": "15"
},
{
"name": "Response Times",
"type": "quality",
"description": "25"
},
{
"name": "Fair Working Practices",
"type": "quality",
"description": "5"
},
{
"type": "price",
"description": "70"
}
]
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "1",
"title": "Provision of Planned Winter Service Treatments on Priority Footway Routes (AM).",
"description": "Award of framework agreement for supplement of the Council's in-house resources, the Contractors will be required to respond to the need for planned winter treatments to the Council's priority footway network. They will be rota'd along with other contractors/Council winter operatives for any given week(s) throughout the winter period. Contractors within Lot 1 will be provided with a designated route. There will be a squad (2 operatives) identified for each of the 21 routes for a seven day week. There will be similar teams working from the six Roads Depots across the Region. One driver per squad within this Lot is required to hold a Class C1+E licence. Additional information: The Framework will be for a maximum period of 36 months. The initial period of the Framework will be for 12 months from the starting date with an option to extend for up to a further 24 months subject to satisfactory operation and performance. Any periods of extension will be at the sole discretion of the Council.",
"awardCriteria": {
"criteria": [
{
"name": "Ability to meet requirements",
"type": "quality",
"description": "30"
},
{
"name": "Service Back Up",
"type": "quality",
"description": "25"
},
{
"name": "Contract Implementation/Exit",
"type": "quality",
"description": "15"
},
{
"name": "Response Times",
"type": "quality",
"description": "25"
},
{
"name": "Fair Working Practices",
"type": "quality",
"description": "5"
},
{
"type": "price",
"description": "70"
}
]
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90620000",
"description": "Snow-clearing services"
}
],
"deliveryAddresses": [
{
"region": "UKM91"
},
{
"region": "UKM91"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90620000",
"description": "Snow-clearing services"
}
],
"deliveryAddresses": [
{
"region": "UKM91"
},
{
"region": "UKM91"
}
],
"relatedLot": "3"
},
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90620000",
"description": "Snow-clearing services"
}
],
"deliveryAddresses": [
{
"region": "UKM91"
},
{
"region": "UKM91"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"written"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "SPD(Scotland)Question 1.75.1 Part 4C Qualifications - Class C1+E licence. Certification to operate any plant or vehicles they will be responsible for. Hold or working towards a Winter Maintenance qualification. All vehicles should have legal certifications such as MOT,Servicing and Road Tax.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "SPD Scotland Question 1.72 Part 4B - Insurance Requirements and Economic and Financial Standing. It is a requirement of this contract that Economic operators hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: - Public Liability - Minimum 5,000,000 GBP - Employer's Liability - Minimum 5,000,000 GBP(if applicable) - Motor insurance as required",
"minimum": "SPD Scotland Question Part 4B Question 1.72.6 - Economic or Financial Requirements. Contractors will be subject 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 >= 35. 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 its part.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Health And Safety Procedures SPD (Scotland) Question 1.78.1 Part 4D - Quality Assurance Schemes - The following is required: An ISO 18001 and then BS EN ISO 45001:(2016 0r 2017) when the standard became auditable. OR, A documented health and safety policy or where applicable (less than 5 employees , self-employed etc.) provide a statement of Health and Safety Intent and similarly, where recorded, provide examples of risk assessments likely to be associated with carrying out this type of work(3 minimum). These should include safety of staff and others, members of the public , operation of vehicles, plant and equipment and include their current Covid 19 Risk Controls. Minimum level(s) of standards required: Organisations with less than five employees are not required by law to have a documented policy statement. The need to reduce documentary requirements on micro businesses in particular will be taken into account by buyers and the evaluation panel. Method statements and risk assessments for risks likely to be associated with carrying out this type of work including Covid 19 Risk Controls.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Class C1+E licence"
}
]
},
"contractTerms": {
"performanceTerms": "KPIs as per the specification.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 10
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-08-27T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2021-08-27T12:00:00+01:00"
},
"bidOpening": {
"date": "2021-08-27T12:00:00+01:00"
},
"hasRecurrence": false,
"reviewDetails": "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 Framework Agreement award being published on the OJEU 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."
},
"parties": [
{
"id": "GB-FTS-3123",
"name": "Scottish Borders Council",
"identifier": {
"legalName": "Scottish Borders Council"
},
"address": {
"streetAddress": "Council Headquarters",
"locality": "Newtown St Boswells",
"region": "UK",
"postalCode": "TD6 0SA",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1835824000",
"email": "procurement@scotborders.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.scotborders.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00394",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-23221",
"name": "Jedburgh Sherriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Jedburgh Sherriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "Castlegate",
"locality": "Jedburgh",
"postalCode": "TD8 6AR",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1835863231",
"email": "jedburgh@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-30877",
"name": "Swans minicoach hire",
"identifier": {
"legalName": "Swans minicoach hire"
},
"address": {
"streetAddress": "3 springwell brae, broughton",
"locality": "biggar",
"region": "UKM9",
"postalCode": "ml12 6fe",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1899830251"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-30891",
"name": "Irvine Plant Ltd",
"identifier": {
"legalName": "Irvine Plant Ltd"
},
"address": {
"streetAddress": "Whitebridge park, Kingsmeadows Road",
"locality": "Peebles",
"region": "UKM91",
"postalCode": "EH45 9DH",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7714101440"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-30897",
"name": "ST BOSWELLS MOWERS",
"identifier": {
"legalName": "ST BOSWELLS MOWERS"
},
"address": {
"streetAddress": "UNIT 1, CHARLESFIELD IND EST",
"locality": "ST BOSWELLS",
"region": "UKM91",
"postalCode": "TD6 0HH",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1835824555"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-30883",
"name": "Borders Machinery Ring Ltd",
"identifier": {
"legalName": "Borders Machinery Ring Ltd"
},
"address": {
"streetAddress": "Leader House, Mill Road",
"locality": "Earlston",
"region": "UKM91",
"postalCode": "TD4 6DG",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1896758091"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-3123",
"name": "Scottish Borders Council"
},
"language": "en",
"awards": [
{
"id": "030408-2021-1",
"relatedLots": [
"1"
],
"title": "Provision of Planned Winter Service Treatments on Priority Footway Routes (AM).",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-30877",
"name": "Swans minicoach hire"
},
{
"id": "GB-FTS-30883",
"name": "Borders Machinery Ring Ltd"
},
{
"id": "GB-FTS-30891",
"name": "Irvine Plant Ltd"
},
{
"id": "GB-FTS-30897",
"name": "ST BOSWELLS MOWERS"
}
]
},
{
"id": "030408-2021-2",
"relatedLots": [
"2"
],
"title": "Reactive Treatments on Footway Network during periods of icing & snow",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-30891",
"name": "Irvine Plant Ltd"
},
{
"id": "GB-FTS-30877",
"name": "Swans minicoach hire"
},
{
"id": "GB-FTS-30897",
"name": "ST BOSWELLS MOWERS"
},
{
"id": "GB-FTS-30883",
"name": "Borders Machinery Ring Ltd"
}
]
},
{
"id": "030408-2021-3",
"relatedLots": [
"3"
],
"title": "Assistance with Miscellaneous Winter related activities within Roads & Footways and other Council locations",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-30897",
"name": "ST BOSWELLS MOWERS"
},
{
"id": "GB-FTS-30883",
"name": "Borders Machinery Ring Ltd"
},
{
"id": "GB-FTS-30891",
"name": "Irvine Plant Ltd"
},
{
"id": "GB-FTS-30877",
"name": "Swans minicoach hire"
}
]
}
],
"contracts": [
{
"id": "030408-2021-1",
"awardID": "030408-2021-1",
"title": "Provision of Planned Winter Service Treatments on Priority Footway Routes (AM).",
"status": "active",
"value": {
"amount": 100000,
"currency": "GBP"
},
"dateSigned": "2021-09-28T00:00:00+01:00"
},
{
"id": "030408-2021-2",
"awardID": "030408-2021-2",
"title": "Reactive Treatments on Footway Network during periods of icing & snow",
"status": "active",
"value": {
"amount": 100000,
"currency": "GBP"
},
"dateSigned": "2021-09-28T00:00:00+01:00"
},
{
"id": "030408-2021-3",
"awardID": "030408-2021-3",
"title": "Assistance with Miscellaneous Winter related activities within Roads & Footways and other Council locations",
"status": "active",
"value": {
"amount": 100000,
"currency": "GBP"
},
"dateSigned": "2021-09-28T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 4
},
{
"id": "6",
"measure": "bids",
"relatedLot": "2",
"value": 4
},
{
"id": "11",
"measure": "bids",
"relatedLot": "3",
"value": 4
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 4
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "2",
"value": 4
},
{
"id": "12",
"measure": "smeBids",
"relatedLot": "3",
"value": 4
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "2",
"value": 0
},
{
"id": "13",
"measure": "foreignBidsFromEU",
"relatedLot": "3",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 4
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 4
},
{
"id": "14",
"measure": "foreignBidsFromNonEU",
"relatedLot": "3",
"value": 4
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 4
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "2",
"value": 4
},
{
"id": "15",
"measure": "electronicBids",
"relatedLot": "3",
"value": 4
}
]
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000660781"
}
]
}