Community Landscape Maintenance Contract
Valleys to Coast (V2C) is intending to let a framework for a new service to replace its existing Grounds Maintenance Contract. The existing contract is for cutting all Valleys to Coast owned grassed land; the grass is currently cut 13 times during the period of April to October.
UK-Bridgend: grounds maintenance services
2012/S 168-279014
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Valleys to Coast Housing Limited
Bryncethin Depot Blackmill Road Bryncethin
For the attention of: Mr Robert Owens
CF32 9YN Bridgend
UNITED KINGDOM
Telephone: +44 1656727930
E-mail: bob.owens@v2c.org.uk
Fax: +44 1656666531
Internet address(es):
General address of the contracting authority: www.v2c.org.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Community Landscape Maintenance Contract.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
NUTS code UKL17
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 500 000,00 and 1 000 000,00 GBP
Frequency and value of the contracts to be awarded: Minimum 12 months.
II.1.5)Short description of the contract or purchase(s)
Valleys to Coast (V2C) is intending to let a framework for a new service to replace its existing Grounds Maintenance Contract. The existing contract is for cutting all Valleys to Coast owned grassed land; the grass is currently cut 13 times during the period of April to October.
The new contract will be offered in lots based on geographical location and contractor’s capacity. Interested parties may apply for one or more lots. Contracts let under the framework agreement may cover the whole area comprised within a Lot or a smaller area within a Lot. The work covered in this contract will include grass cutting, hedge trimming, resident’s garden schemes, the preparation and maintenance of flower beds to sheltered Accommodation schemes, and some tree consultancy and rectification works.
These are Part B services and Valleys to Coast will not be bound by the Public Contracts Regulations 2006 (as amended) (“the Regulations”) except as the Regulations are applicable to Part B services.
Valleys to Coast consider that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). For the avoidance of doubt, Valleys to Coast points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders, or in assessing the most economically advantageous tender.
Under this project the economic operator is requires to participate actively in the economic and social regeneration of the locality.
See III.1.4.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 500 000,00 and 1 000 000,00 GBP
II.2.2)Information about options
Options: yes
Description of these options: Annual renewal of contracts, subject to satisfactory performance and budgetary management.
Provisional timetable for recourse to these options:
in months: 9 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 4
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 9 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 12 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: LLynfi Valley
1)Short description
Maesteg, Caerau, Hafan Deg and Treharne Row Sheltered Accommodations.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Approximately 109074m2 grassed area and two Sheltered Accommodations.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Garw Valley
1)Short description
Blaengarw, Pontycymmer,Llangeinor and Bettws.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Approximately 74 192 m2 grassed area.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Ogmore Valley
1)Short description
Nantymoel, Ogmore Vale, Pantyrawel, Blackmill, Evanstown and Dinam Close Sheltered Accommodation.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Approximately 34 368 m2 Grassed area and Dinam Close Sheltered Accommodation.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: M4 Corridor
1)Short description
Aberkenfig, Brynmenyn, Bryncethin, Sarn, Ynysawdre and Merfield House Sheltered Accommodation.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Approximately 40 740 m2 grassed area and Merfield House Sheltered Accommodation.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Heol-y-Cyw and Pencoed
1)Short description
Heol-y-Cyw and Pencoed.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Approximately 29 442 m2 grassed area.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 6 Lot title: Pyle, Kenfig Hill and Cefn Cribbwr
1)Short description
Pyle, Kenfig Hill, Cefn Cribbwr and Llys Cynffig Sheltered Accommodation and Llys Ton Extra Care Facility.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Approximately 54 227 m2 grassed area and Llys Cynffig Sheltered Accommodation and Llys Ton Extra Care Facility.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 7 Lot title: North Cornelly
1)Short description
North Cornelly.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Approximately 86 602 m2 grassed area.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 8 Lot title: Bridgend West
1)Short description
Bryntirion, Cefn Glas, Penyfai, Laleston and Nant Lais Sheltered Accommodation.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Approximately 111 693 m2 grassed area and Nant Lais Sheltered Accommodation.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 9 Lot title: Bridgend East
1)Short description
Brackla, Coychurch, Litchard, Wildmill and Ger y Nant Sheltered Accommodation.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Approximately 84 174 m2 grassed area and Ger y Nant Sheltered Accommodation.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 10 Lot title: Porthcawl
1)Short description
Porthcawl and Lakeview Close Sheltered Accommodation.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Approximately 34 940 m2 grassed area and Lakeview Close Sheltered Accommodation.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Contract documents will state.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Contract documents will state.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and Several Liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The Economic Operator and their supply chain will be required to actively participate in the achievment of social environmental and/or sustainability policy objectives in relation to local regeneration, social and economic growth, recruitment, employment and training and supply chain initiatives. Accordingly contract performance conditions and evaluation criteria may relate in particular to social and environmental considerations. Details will be set out in the contract documents.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete a Pre Qualification Questionnaire with details of their background and structure, current financial standing. Evidence of insurance cover, technical capacity and experience, together with examples of similar activities undertaken within the last two years (references will be taken into account). Details of Health and Safety, environmental, Equality Diversity and Recruitment policies will be required.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Indicated in III.2.1.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Indicated in III.2.1.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
001130/12
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
11.10.2012 – 13:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 2017.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:30.8.2012