Scottish Water Planned Grounds Maintenance Contract
Scheduled grass-cutting, weed-spraying, hedge-cutting and other ground maintenance activities at Scottish Water sites.
United Kingdom-Glasgow: Grounds maintenance services
2018/S 132-301595
Contract notice – utilities
Services
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
The Bridge, Buchanan Gate Business Park, Cumbernauld Road, Stepps
Glasgow
United Kingdom
Contact person: Mark Duignan
Telephone: +44 1414147918
E-mail: mark.duignan@scottishwater.co.uk
NUTS code: UKM
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10303
I.3)Communication
I.6)Main activity
Section II: Object
II.1.1)Title:
Scottish Water Planned Grounds Maintenance
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Scheduled grass-cutting, weed-spraying, hedge-cutting and other ground maintenance activities at Scottish Water sites throughout most of the Scottish mainland.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Most of Scottish Mainland
II.2.4)Description of the procurement:
The contract will cover scheduled grass-cutting, weed spraying, hedge-cutting and other ground maintenance activities throughout most of the Scottish mainland.
The tender will allow for regional based contract award to a single contractor.
Grass-cutting will be, primarily, to a ‘rough cut’ specification on a 3 or 4 cut schedule per site.
There may be variations to the above requirement for certain sites i.e. requirements for short cuts and/or higher frequency of cuts per season.
The contract will be subject to variation with regard to the number of sites serviced, area to be serviced at site, and frequency of cuts at sites.
A web based management information will be provided by the contractor to enable real-time schedule updates by on-site contractor staff including photograhic data.
Strict adherence to regulatory and Scottish Water specific Health and Safety procedures will be a contractual requirement encompassing risk assessments, work practices and protective clothing.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Three extension options of up to 24-months.
II.2.9)Information about the limits on the number of candidates to be invited
A maximum of the top five highest scoring bidders in the pre-qualification stage (PQQ).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Bidders will be required to demonstrate that their organisation has the capacity, capability and experience to undertake the defined scope of requirements.
Bidders must be able to evidence that they currently have established and audited systems policies and procedures relating to Quality Management, Health and Safety, Environmental Management and the Modern Slavery Act.
Evidence of insurance cover will be be required prior to contract award. Minimum levels of insurance cover are stated within PQQ.
III.1.2)Economic and financial standing
Applicants will be expected to be of sufficient financial and economic standing to support the anticipated contract value. All applicants must complete the financial questions within the pre-qualification questionnaire and tender documents. Financial standing relevant to the anticipated contract value will be determined by Scottish Water based on the response to the pre-qualification questionnaire and any further financial checks deemed necessary.
III.1.3)Technical and professional ability
III.1.4)Objective rules and criteria for participation
Bidders must be able to evidence the following accreditations:
ISO 9001 Quality Management Accreditation,
ISO 18001/45001 Health and Safety Accreditation.
III.1.6)Deposits and guarantees required:
Scottish Water reserves the right to require deposits, guarantees, bonds or other forms of appropriate security.
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
All prices quoted shall be in Sterling (UK) and all payments shall be made in Sterling (UK). Payment shall be made on the basis of completed services in accordance with the agreed contract rates, schedules and conditions of contract.
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
In the event of a group of companies submitting an accepted offer, it will be necessary for each member of the group to sign an undertaking that each company in the group will be jointly and severally liable for the satisfactory performance of the contract.
III.2.2)Contract performance conditions:
The winning bidder will be required to undertake Community Benefits that they have offered in their tender.
Bidders must comply with the Modern Slavery Act and operate an ethical supply chain.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
If all extension options relating to the contract are utilised,a contract notice for re-tendering the requirement witll be published in 2025.
VI.2)Information about electronic workflows
VI.3)Additional information:
The buyer is using PCS-Tender to carry out this procurement. Please note this is a separate website and if you are not registered, you must register via https://www.publictendersscotland.publiccontractsscotland.gov.uk.
Scottish Water will not accept the ESPD. We will only accept a completed Scottish Water PQQ document.
This Notice does not preclude Scottish Water from issuing other notices for specific requirements. Responses to the OJEU Notice will be evaluated and only successful applicants following PQQ evaluation will be invited to submit a tender. Scottish Water reserves the right to divide the scope of the contract into lots at tender and contract award stages as it deems appropriate. Applicants who fail to supply all of the information requested in response to this Notice or any resulting tender exercise may risk elimination.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 11359. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
(SC Ref:549243)
VI.4.1)Review body
The Bridge, Buchanan Gate Business Park, Cumbernauld Road, Stepps
Glasgow
United Kingdom
Telephone: +44 1414147112
E-mail: ProcurementHelpline@scottishwater.co.ukInternet address: www.scottishwater.co.uk
VI.5)Date of dispatch of this notice: