web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Paisley: Supply and Delivery of Heavy & Municipal Vehicles

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2021/S 000-025505/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: Scotland Excel
Postal address: Renfrewshire House, Cotton Street
Town: Paisley
Postal code: PA1 1AR
Country: United Kingdom
Telephone: +44 1414888230
Email: transport@scotland-excel.org.uk
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
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
Body governed by public law
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Supply and Delivery of Heavy & Municipal Vehicles

Reference number: 0321
II.1.2) Main CPV code: 34140000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: This agreement will incorporate various vehicle types, such as, but not limited to, chassis, refuse collection vehicles, winter maintenance vehicles, road sweeping vehicles, to more general use vehicles for all 32 member councils in Scotland, Tayside Contracts and Associate Members of Scotland Excel. Specialist body building services are covered as well as options for alternative fuelled vehicles (electric, hydrogen, or hybrid etc.).
II.1.5) Estimated total value:
Value excluding VAT: 100000000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Chassis

Lot No:1
II.2.2) Additional CPV code(s)
34139000, 34139100, 34139200, 34139300, 33193214, 34130000, 34137000, 66114000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Throughout Scotland.

II.2.4) Description of the procurement:
This lot is for various chassis ranging from 4 tonne gross vehicle weight (GVW) to 44 GVW, in a range of axle and cab configurations including, but not limited to, day cab, standard cab, low entry cab and sleeper cab. The chassis will be suitable to be built into a wide range of finished vehicle types including, but not limited to, various Refuse Collection Vehicles (RCV), road sweepers, gully emptiers, aerial platforms, accessible buses, mobile libraries, hook lifts, tippers, flatbeds, skip loaders, box body, auger spreaders, walking floors, bitumen distributors, waste transfer and gritters.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 40000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:Two years from the commencement date with an option to extend for up two 12 months periods.

II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

II.2.1) Title: Bodies for Tippers

Lot No:3
II.2.2) Additional CPV code(s)
34210000, 34134200, 34130000, 34137000, 66114000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Throughout Scotland.

II.2.4) Description of the procurement:
This lot is for various bodies for tippers including, but not limited to, demountable body, tipper body, flatbed (dropside) body, box body, auger spreader/tipper body/ walking floor, bitumen distributor body and hook loading equipment to suit various applications/ functions including, but not limited to, carrying and off loading materials for roads and parks, transportation of freight, winter maintenance and road surface dressing in order for Scottish councils and various other contracting authorities to undertake vital public services. Scottish councils and various other contracting authorities may, if made available, request lease quotations, vehicle buy back options, disposal of aged fleet options and second hand vehicle purchase options for heavy and municipal vehicles.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 1500000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:Two years from the commencement date with an option to extend for up two 12 months periods.

II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

II.2.1) Title: Bodies for Skip Loaders

Lot No:4
II.2.2) Additional CPV code(s)
34142200, 34210000, 34130000, 34137000, 66114000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Throughout Scotland.

II.2.4) Description of the procurement:
This lot is for various bodies for skip loaders including, but not limited to, skip loader body to suit various applications/ functions including, but not limited to, lifting, transporting and lowering skips in order for Scottish councils and various other contracting authorities to undertake various public services.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 1500000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:Two years from the commencement date with an option to extend for up two 12 months periods.

II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

II.2.1) Title: Bodies for Gully Emptiers

Lot No:5
II.2.2) Additional CPV code(s)
34144410, 34210000, 34130000, 34137000, 66114000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Throughout Scotland.

II.2.4) Description of the procurement:
This lot is for various bodies for gully emptiers including, but not limited to, gully emptier/ jetter body to suit various applications/functions including, but not limited to, gully emptying and jetting tanker in order for Scottish councils and various other contracting authorities to undertake various public services.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 1500000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:Two years from the commencement date with an option to extend for up two 12 months periods.

II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

II.2.1) Title: Bodies for Road Sweepers

Lot No:6
II.2.2) Additional CPV code(s)
34921100, 34210000, 34130000, 34137000, 66114000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Throughout Scotland.

II.2.4) Description of the procurement:
This lot is for various bodies for road sweepers including, but not limited to road sweeper body single sweep and dual sweep to suit various applications/ functions including, but not limited to, to sweep refuse from roads in order for Scottish councils and various other contracting authorities to undertake various public services.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 4500000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:Two years from the commencement date with an option to extend for up two 12 months periods.

II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

II.2.1) Title: Complete Road Sweeper Vehicles

Lot No:7
II.2.2) Additional CPV code(s)
34921100, 34144430, 34130000, 34137000, 66114000, 34210000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Throughout Scotland.

II.2.4) Description of the procurement:
This lot is for the supply and delivery of various complete road sweeper vehicles including, but not limited to complete road/ precinct sweeper vehicle to suit various applications/ functions including, but not limited to, sweep roads/ precincts clear of refuse in order for Scottish councils and various other contracting authorities to undertake various public services.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 4500000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:Two years from the commencement date with an option to extend for up two 12 months periods.

II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

II.2.1) Title: Bodies for Refuse Collection Vehicles

Lot No:10
II.2.2) Additional CPV code(s)
34144511, 34144512, 34210000, 34130000, 34137000, 66114000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Throughout Scotland.

II.2.4) Description of the procurement:
This lot is for various bodies for Refuse Collection Vehicles (RCV) including, but not limited to RCV body, RCV – narrow body, RCV / rear end loader body, RCV body with food waste pod, food waste collection body, glass collection body, recycling body and kerb soring body to suit various applications/ functions including, but not limited to, to load, compact and transport refuse materials, general refuse and food waste material, glass and recycling materials in order for Scottish councils and various other contracting authorities to undertake various public services.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 16000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:Two years from the commencement date with an option to extend for up two 12 months periods.

II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

II.2.1) Title: Accessible Buses

Lot No:11
II.2.2) Additional CPV code(s)
34211000, 34121400, 34144000, 34130000, 34137000, 66114000, 34210000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Throughout Scotland.

II.2.4) Description of the procurement:
This lot is for various accessible buses including, but not limited to accessible bus body to suit various applications/ functions including, but not limited to, to transport people including those with physical or learning disabilities and who also may use a wheelchair from time to time in order for Scottish councils and various other contracting authorities to undertake various public services.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 2000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:Two years from the commencement date with an option to extend for up two 12 months periods.

II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

II.2.1) Title: Library Buses

Lot No:12
II.2.2) Additional CPV code(s)
34144760, 34144000, 34130000, 34137000, 66114000, 34210000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Throughout Scotland.

II.2.4) Description of the procurement:
This lot is for the supply and delivery of various library buses including, but not limited to library bus body to suit various applications/functions including, but not limited to, a mobile library unit to give people across the community access to library facilities in order for Scottish councils and various other contracting authorities to undertake various public services.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 1000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:Two years from the commencement date with an option to extend for up two 12 months periods.

II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

II.2.1) Title: Bin Lifts

Lot No:13
II.2.2) Additional CPV code(s)
42416210, 34130000, 34137000, 66114000, 34210000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Throughout Scotland.

II.2.4) Description of the procurement:
This lot is for the supply and delivery of various bin lifts including, but not limited to, bin lifts suitable for Refuse Collection Vehicle (RCV), bin lift suitable for RCV – low level and bin lift suitable for RCV with skip lifter to suit various applications/ functions including, but not limited to, to lift bins in order for Scottish councils and various other contracting authorities to undertake various public services.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 3000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:Two years from the commencement date with an option to extend for up two 12 months periods.

II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

II.2.1) Title: Trailers

Lot No:14
II.2.2) Additional CPV code(s)
34223300, 34223100, 34223000, 34200000, 16500000, 16510000, 16520000, 16530000, 16540000, 34130000, 34223370, 34137000, 66114000, 34210000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Throughout Scotland.

II.2.4) Description of the procurement:
This lot is for the supply and delivery of various trailers including, but not limited to, waste transfer body/walking floor trailer, ejector trailer, tipping trailer and flat bed trailer to suit various applications/ functions including, but not limited to, bulk transfer of waste material in order for Scottish councils and various other contracting authorities to undertake various public services.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 1000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:Two years from the commencement date with an option to extend for up two 12 months periods.

II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

II.2.1) Title: Alternative Fuelled Complete Road Sweeper Vehicles

Lot No:8
II.2.2) Additional CPV code(s)
34921100, 34144900

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Throughout Scotland.

II.2.4) Description of the procurement:
This lot is for the supply and delivery of Alternative Fuelled Complete Road Sweeper Vehicles (electric, hydrogen, or hybrid etc.) for Scottish councils and various other contracting authorities to undertake various public services.
Currently, the market for Electric, Hydrogen and other alternatively fuelled Vehicles is immature, yet growing and Ultra Low Emission Vehicles (ULEVs) represent a tiny percentage of the overall vehicle fleet. Tenderers are required to provide a list of alternative fuelled complete road sweeper vehicles (electric, hydrogen, or hybrid etc.) that are either (a) currently available to purchase within the UK market, and/or (b) have definitive planned introduction of such vehicles during the lifetime of this framework and that fall within the particular Lot scope(s) of Lot 8 as detailed within the Tender documents.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 2000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:Two years from the commencement date with an option to extend for up two 12 months periods.

II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

II.2.1) Title: Alternative Fuelled Chassis

Lot No:2
II.2.2) Additional CPV code(s)
34139000, 34144900

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Throughout Scotland.

II.2.4) Description of the procurement:
This lot is for the supply and delivery of Alternative Fuelled Chassis (electric, hydrogen, or hybrid etc.) for Scottish councils and various other contracting authorities to undertake various public services.
Currently, the market for Electric, Hydrogen and other alternatively fuelled Vehicles is immature, yet growing and Ultra Low Emission Vehicles (ULEVs) represent a tiny percentage of the overall vehicle fleet.Tenderers are required to provide a list of alternative fuelled chassis (electric, hydrogen, or hybrid etc.) that are either (a) currently available to purchase within the UK market, and/or (b) have definitive planned introduction of such vehicles during the lifetime of this framework and that fall within the particular Lot scope(s) of Lot 2 as detailed within the Tender documents.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 15000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:Two years from the commencement date with an option to extend for up two 12 months periods.

II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

II.2.1) Title: Bodies for Gritters

Lot No:9
II.2.2) Additional CPV code(s)
34144440, 34210000, 34143000, 34130000, 34137000, 66114000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Throughout Scotland.

II.2.4) Description of the procurement:
This lot is for the supply and delivery of various bodies for gritters including, but not limited to multi purpose tipper/gritter body, tipper/gritter IBS end tipper system body and permanently mounted gritter body to suit various applications/ functions including, but not limited to, carrying and offloading materials for road repairs, salt distribution and winter maintenance in order for Scottish councils and various other contracting authorities to undertake various public services.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 4500000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:Two years from the commencement date with an option to extend for up two 12 months periods.

II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

II.2.1) Title: Aerial Platforms

Lot No:15
II.2.2) Additional CPV code(s)
34142100, 34514700, 34130000, 34210000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Throughout Scotland.

II.2.4) Description of the procurement:
This lot is for the supply and delivery of various aerial platforms including, but not limited to, 23m aerial platforms, 35m aerial platforms, 53m aerial platform to suit various applications/ functions including, but not limited to, working at height in order for Scottish councils and various other contracting authorities to undertake various public services.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 1000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:Two years from the commencement date with an option to extend for up two 12 months periods.

II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

II.2.1) Title: Lorry Mounted Cranes

Lot No:16
II.2.2) Additional CPV code(s)
42414000, 42414100, 42414140

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Throughout Scotland.

II.2.4) Description of the procurement:
This lot is for the supply and delivery of lorry mounted cranes including, but not limited to 2200 lbs lorry mounted cranes and 7300 lbs lorry mounted cranes to suit various applications/ functions including, but not limited to, working at height in order for Scottish councils and various other contracting authorities to undertake various public services.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 1000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:Two years from the commencement date with an option to extend for up two 12 months periods.

II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria: In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Economic and Financial Standing selection criteria apply separately in relation to each individual lot.
INSURANCE REQUIREMENTS:
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
ALL LOTS
Employers’ Liability – in accordance with Regulation 5 of the Employers’ Liability (Compulsory Insurance) Regulations 1998 to a minimum indemnity limit of GBP 10 million each and every occurrence;
Public/Products Liability – to a minimum indemnity limit of GBP 10 million each and every occurrence and in the aggregate in respect of Products; and
Motor Vehicle – in accordance with the provisions of the current Road Traffic Act 1988 to a minimum indemnity limit of GBP 5 million each and every occurrence.
For bidders who will sub contract parts of the business, the bidder should provide a letter signed by a person of appropriate authority confirming that the bidder has ongoing arrangements in place to ensure that subcontractors’ vehicles are appropriately insured and maintained.
OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:
A search of the bidder against Equifax’s Protect must not return a ‘Warning’ or ‘Caution’ returnable code or any neutral code, unless the bidder confirms that it can provide any other document which Scotland Excel considers appropriate to prove to Scotland Excel (acting within its permitted discretion under the applicable public procurement rules) that the bidder does / would not represent an unmanageable risk should it be appointed onto the proposed Framework Agreement.
III.1.3) Technical and professional ability:
List and brief description of selection criteria: 1. Subcontracting
2. Quality Management Procedures
3. Environmental Management Systems or Standards
4. Health and Safety Procedures
In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Technical and Professional Ability selection criteria apply separately in relation to each individual lot.

Minimum level(s) of standards possibly required:SUBCONTRACTING:
Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off under the proposed framework agreement.
If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely to satisfy the selection criteria, you must secure that each subcontractor completes a separate SPD (Scotland) Response for all Parts of the SPD (Scotland) Qualification Envelope, except Part 4 (Selection criteria).
QUALITY MANAGEMENT PROCEDURES
The tenderer must have the following:
The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).
OR
A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the tenderer has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.
ENVIRONMENTAL MANAGEMENT SYSTEMS OR STANDARDS
The tenderer must have the following:
The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.
OR
A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the tenderer’s environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).
HEALTH AND SAFETY PROCEDURES
The tenderer must have the following:
The tenderer MUST HOLD a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
OR
A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation.

III.2.2) Contract performance conditions: For full details of the conditions relevant to the proposed Framework Agreement and contracts to be called-off thereunder (to the extent known or settled at this stage), please see the procurement documents (details of how to access these being set out in section “1.3) Communication” of this Contract Notice.

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:40
IV.1.6) Information about electronic auction
An electronic auction will be usedIV.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 in the OJ S:2021/S 000-003242
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2021-11-09 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:5(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2021-11-09 Local time: 12:00
Information about authorised persons and opening procedure:Scotland Excel, Renfrewshire House, Cotton Street, Paisley PA1 1AR on

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:
Scotland Excel is a central purchasing body and is procuring this framework on behalf of the following contracting authorities (and successor bodies):
– The 32 local authorities in Scotland listed at Members.aspx
– Tayside Contracts
– Scotland Excel associate members
– any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working)(Scotland)Act 2014. The above is subject to each contracting authority entering into and maintaining a relevant membership agreement or other access agreement with Scotland Excel.
Tenderers are advised that the envisaged maximum number of participants that might be appointed to the proposed framework agreement set out in section IV.1.3 of this contract notice is purely indicative. Scotland Excel reserves the right to appoint more or less bidders than the envisaged maximum number to the proposed Framework Agreement. Tenderers are advised that whether electronic ordering, invoicing and payment will be used or accepted is at the discretion of each Member Authority or Associate Member which will be settled by them during call-off of a contract under this proposed Framework Agreement.
Further to IV.1.6, electronic auctions may be used at the point when Councils enter into Call-offs under the Framework. In that event, Councils will set out relevant information in the procurement documents related to their requirement in accordance with Regulation 36 (Electronic Auctions) of the Public Contracts (Scotland) Regulations 2015.
REBATE REQUIREMENTS
Bidders should note that retrospective rebates apply to this Framework. Details can be found via Clause 14 of the Special Conditions of Contract located within the Buyer Attachments Area.
CONTRACT MANAGEMENT, KPIs & COMMUNITY BENEFIT REQUIREMENTS
As per details in the Special Conditions, Suppliers will be required to provide Management Information (MI) and KPIs on a quarterly basis and Community Benefits bi-annually.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19855. For more information see:

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:
In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that, Scotland Excel intends to include community benefit requirements. As part of your response within the Technical criteria, Bidders will be requested to commit to delivery of community benefits in accordance with the methodology outlined in the tender documents.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 41588. For more information see:
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:
In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that, Scotland Excel intends to include community benefit requirements. As part of your response within the Technical criteria, Bidders will be requested to commit to delivery of community benefits in accordance with the methodology outlined in the tender documents.
(SC Ref:667071)
VI.4) Procedures for review
VI.4.1) Review body
Official name: Court of Session
Postal address: Parliament Square
Town: Edinburgh
Postal code: EH1 1RQ
Country: United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland)
Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.

VI.5) Date of dispatch of this notice:2021-10-12