Grounds Maintenance and Arboriculture Services London
The London Borough of Camden are seeking to appoint a provider/s to deliver Lot 1 Grounds Maintenance and Lot 2 Arboriculture Services.
United Kingdom-London: Grounds maintenance services
2016/S 059-099823
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Borough of Camden
5 Pancras Square
For the attention of: Paula Martin
N1C 4AG London
UNITED KINGDOM
Telephone: +44 02079743948
E-mail: paula.martin@camden.gov.uk
Internet address(es):
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/28
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=14555&B=LBCAMDEN
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=14555&B=LBCAMDEN
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
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: London.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
77314000, 77211300, 77211400, 77211500, 77300000, 77310000, 77311000, 77312000, 77312100, 77313000, 77314100, 77315000, 77320000,77340000, 77341000, 77342000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 20 000 000 and 25 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 3
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Lot 1 Grounds Maintenance Services
1)Short description
2)Common procurement vocabulary (CPV)
77314000, 77211300, 77211400, 77211500, 77300000, 77310000, 77311000, 77312000, 77312100, 77313000, 77314100, 77315000, 77320000,77340000, 77341000, 77342000
Lot No: 2 Lot title: Lot 2 Arboriculture Services
1)Short description
2)Common procurement vocabulary (CPV)
77211500, 77211300, 77211400, 77300000, 77310000, 77311000, 77312000, 77312100, 77313000, 77314000, 77314100, 77315000, 77320000,77340000, 77341000, 77342000
Section III: Legal, economic, financial and technical information
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:
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
Description of particular conditions: As detailed in the documents available via EU Supply.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Lot 1 — Ground Maintenance 5 000 000 GBP.
Lot 2 — Arboriculture Services 1 500 000 GBP.
Both Lot 1 and Lot 2 — 6 500 000 GBP and that both your current ratio and acid test/liquidity ratio are 0.8 or above for each year.
Minimum level(s) of standards possibly required: As detailed in the documents available via EU Supply.
III.2.3)Technical capacity
As detailed in the documents available via EU Supply.
Minimum level(s) of standards possibly required:
As detailed in the documents available via E U Supply.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: A minimum of 5 operators that meet the PQQ requirements will be invited to tender. If less then 5 operators meet the PQQ requirement all operators meeting the requirements will be invited to tender.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
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
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
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: January 2021.
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM
Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street
EC4Y 1EU London
UNITED KINGDOM
E-mail: info@cedr.com
Telephone: +44 2075366000
Internet address: http://www.cedr.com
VI.5)Date of dispatch of this notice: