Grass Cutting and Grass Control on Motorway and Trunk Roads
Grass cutting, chemical weed and grass control on motorways and trunk roads within South East Wales. General horticultural works which includes medium tree felling, ditching and general vegetation clearance on motorway and trunk roads within South East Wales.
United Kingdom-Caldicot: Agricultural, forestry, horticultural, aquacultural and apicultural services
2014/S 078-136490
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
Other: Highways Network
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:
Provision of Grass Cutting, Chemical Weed and Grass Control and General Horticultural Works.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Motorway and Trunk Roads in South East Wales.
NUTS code UKL2
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Grass cutting, chemical weed and grass control on motorways and trunk roads within South East Wales. General horticultural works which includes medium tree felling, ditching and general vegetation clearance on motorway and trunk roads within South East Wales.
II.1.6)Common procurement vocabulary (CPV)
77000000, 77112000, 77314100
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: no
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 0 and 900 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The contract will be for a period of 2 years from 1.8.2014 to 31.7.2016. There is an option of one number 12 month extension.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 1.8.2014. Completion 31.7.2016
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As per Tender Documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
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: As per Invitation to tender and tender documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per Invitation to tender and tender documents.
Minimum level(s) of standards possibly required: As per Invitation to tender and tender documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As per Invitation to tender and tender documents.
Minimum level(s) of standards possibly required:
As per Invitation to tender and tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
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:
HOGCWC -002
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
6.6.2014 – 17:00
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 of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
(WA Ref:9335).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Monmouthshire County Council
Innovation House PO Box 106
NP26 9AN Caldicot
UNITED KINGDOM
E-mail: highways@monmoouthshire.gov.uk
Telephone: +44 1633644644
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:18.4.2014