Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 15
Status Active
Published 8th Oct 2025
Reference | ocds-h6vhtk-04f899 |
Common Procurement Vocabulary | Repair and maintenance services |
Procurement Method | Open procedure |
Value | £25,000,000 |
No location provided
Category Services
Type
No. of Lots 15
Status Active
Published 8th Oct 2025
Reference | ocds-h6vhtk-04f899 |
Common Procurement Vocabulary | Repair and maintenance services |
Procurement Method | Open procedure |
Value | £25,000,000 |
Section I: Contracting authority
I.1) Name and addresses
Scottish Borders Council
Council Headquarters
Newtown St Boswells
TD6 0SA
Contact
Procurement
procurement [at] scotborders.gov.uk
Telephone
+44 1835824000
Country
United Kingdom
NUTS code
UKM91 - Scottish Borders
Internet address(es)
Main address
Buyer's address
I.1) Name and addresses
Scottish Borders Housing Association Ltd
South Bridge House, Whinfield Road
Selkirk
TD7 5DT
enquiries [at] sbha.org.uk
Telephone
+44 1750724444
Fax
+44 1750724445
Country
United Kingdom
NUTS code
UKM91 - Scottish Borders
Internet address(es)
Main address
Buyer's address
I.1) Name and addresses
Eildon Housing Association
The Weaving Shed, Ettrick Mill, Dunsdale Road
Selkirk
TD7 5EB
enquiries [at] eildon.org.uk
Telephone
+44 3000200217
Fax
+44 1750724445
Country
United Kingdom
NUTS code
UKM91 - Scottish Borders
Internet address(es)
Main address
Buyer's address
I.1) Name and addresses
NHS Borders
Borders General Hospital
Melrose
TD6 9BS
alistair.meikle [at] borders.scot.nhs.uk
Telephone
+44 1896826339
Fax
+44 1750724445
Country
United Kingdom
NUTS code
UKM91 - Scottish Borders
Internet address(es)
Main address
Buyer's address
I.1) Name and addresses
Borders College
Scottish Borders Campus, Nether Road
Galashiels
TD1 3HE
bmccluskey [at] borderscollege.ac.uk
Telephone
+44 1896662678
Fax
+44 1896758179
Country
United Kingdom
NUTS code
UKM91 - Scottish Borders
Internet address(es)
Main address
Buyer's address
I.1) Name and addresses
Berwickshire Housing Association Ltd
55 Newtown Street, Duns
Berwickshire
TD11 3AU
info [at] berwickshirehousing.org.uk
Telephone
+44 1361884000
Fax
+44 1896758179
Country
United Kingdom
NUTS code
UKM91 - Scottish Borders
Internet address(es)
Main address
Buyer's address
I.2) Information about joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Subcontractor Services Framework Agreement
Reference number
1001433
II.1.2) Main CPV code
- 50000000 - Repair and maintenance services
II.1.3) Type of contract
Services
II.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.
II.1.5) Estimated total value
Value excluding VAT: £25,000,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title
Lot 1 - Groundworks & Hard Landscaping
Lot No
1
II.2.2) Additional CPV code(s)
- 45262500 - Masonry and bricklaying work
- 45112700 - Landscaping work
II.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Lot 2 - Masonry and Builder Work
Lot No
2
II.2.2) Additional CPV code(s)
- 45262500 - Masonry and bricklaying work
II.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Lot 3 - Formwork, Steel Fixing, Structural Steel Buildings, Structural Concrete Floor and Screeding
Lot No
3
II.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
II.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Lot 4 - Commercial Scaffolding
Lot No
4
II.2.2) Additional CPV code(s)
- 44212310 - Scaffolding
II.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Lot 5 - Soft landscaping
Lot No
5
II.2.2) Additional CPV code(s)
- 45112700 - Landscaping work
II.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
II.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).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Lot 6 - Arboricultural
Lot No
6
II.2.2) Additional CPV code(s)
- 77211400 - Tree-cutting services
- 77342000 - Hedge trimming
- 77340000 - Tree pruning and hedge trimming
- 77211500 - Tree-maintenance services
II.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Lot 7 - Fencing
Lot No
7
II.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
II.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Lot 8 - Bridge, Road and Footpath Surfacing and Maintenance
Lot No
8
II.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
II.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Lot 9 - Road marking
Lot No
9
II.2.2) Additional CPV code(s)
- 34922100 - Road markings
II.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Lot 10 - Jet patching
Lot No
10
II.2.2) Additional CPV code(s)
- 44512600 - Roadworking tools
- 45233142 - Road-repair works
II.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Lot 11 - Roadside Maintenance
Lot No
11
II.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
II.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Lot 12 - Traffic Management
Lot No
12
II.2.2) Additional CPV code(s)
- 50232200 - Traffic-signal maintenance services
- 63712200 - Highway operation services
- 45233292 - Installation of safety equipment
- 34928470 - Signage
II.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Lot 13 - Material & Laboratory Services
Lot No
13
II.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
II.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Lot 14 - Water Services
Lot No
14
II.2.2) Additional CPV code(s)
- 39370000 - Water installations
II.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Lot 15 - Professional Services
Lot No
15
II.2.2) Additional CPV code(s)
- 98110000 - Services furnished by business, professional and specialist organisations
- 98112000 - Services furnished by professional organisations
II.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
II.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;
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.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)
III.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
III.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.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Details are provided within the Framework Terms and Conditions.
III.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 IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.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
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-011191
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
17 November 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 16 February 2026
IV.2.7) Conditions for opening of tenders
Date
17 November 2025
Local time
1:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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 .
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at .
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:
Community benefits are included in this requirement. For more information see:
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:
VI.4) Procedures for review
VI.4.1) Review body
Jedburgh Sherriff Court and Justice of the Peace Court
Castlegate
Jedburgh
TD8 6AR
jedburgh [at] scotcourts.gov.uk
Telephone
+44 1835863231
Country
United Kingdom
Internet address
VI.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.