Grounds Maintenance Contract West Coast of Scotland
The contract will be split into 9 Lots which mirror Bield’s 9 Property Areas.
United Kingdom-Edinburgh: Grounds maintenance services
2016/S 218-396808
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
79 Hopetoun Street
Edinburgh
EH7 4QF
United Kingdom
Telephone: +44 1312734078
E-mail: m.shepherd@bield.co.uk
NUTS code: UKM
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA13722
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Grounds Maintenance.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Bield is looking to put in place a contract for Grounds Maintenance services. The contract will be for a period of 36 months, commencing on 1.4.2017. There will be an option to extend by up to a further 24 months in total. The contract will be split into 9 Lots which mirror Bield’s 9 Property Areas, further details of locations under each Lot are provided within the ‘Additional Documents’ section of this notice. Bidders may submit a bid for as many Lots as they wish but no one bidder will be awarded more than three Lots. The decision regarding award of each Lot will be taken on an individual Lot by Lot basis. Estimated value below is for the whole contract including all lots, for the entire contract period including optional extensions.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
West Coast
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
West Coast of Scotland including Rothesay and Dunoon, further details including addresses is contained within the ‘Additional Documents’ section of this notice.
II.2.4)Description of the procurement:
Provision of Ground Maintenance services. Please note the contract value noted below is the estimated value for the Lot, over the entire contract period including optional extension.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract can be extended by up to a further 24 months in total. This decision will be based on a number of factors including contractor performance and budget considerations at the time.
II.2.9)Information about the limits on the number of candidates to be invited
1. 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.
2. Bidders will be evaluated in relation to Economic and Financial Standing based on the criteria and requirements set out within the relevant section of the contract notice.
3. All bidders who are not excluded on mandatory or discretionary exclusion grounds will then be evaluated based on their responses to questions within the ‘Technical and Professional Skills’ section. Bids will be evaluated using the following 0-4 evaluation methodology:
0 — unacceptable, nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
1 — Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
2 — Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
3 — Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
4 — Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full
4. The top scoring bidders for each Lot will be invited to tender; it is envisaged that a total of 3 bidders per Lot will be taken forward to tender stage. If this does not equal at least a minimum of 5 overall then additional bidders will be taken forward.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Glasgow West
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Glasgow West including Oban, further details including addresses is contained within the ‘Additional Documents’ section of this notice.
II.2.4)Description of the procurement:
Provision of Ground Maintenance services. Please note the contract value noted below is the estimated value for the Lot, over the entire contract period including optional extension.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract can be extended by up to a further 24 months in total. This decision will be based on a number of factors including contractor performance and budget considerations at the time.
II.2.9)Information about the limits on the number of candidates to be invited
1. 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.
2. Bidders will be evaluated in relation to Economic and Financial Standing based on the criteria and requirements set out within the relevant section of the contract notice
3. All bidders who are not excluded on mandatory or discretionary exclusion grounds will then be evaluated based on their responses to questions within the ‘Technical and Professional Skills’ section. Bids will be evaluated using the following 0-4 evaluation methodology:
0 — unacceptable, nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
1 — Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
2 — Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
3 — Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
4 — Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full
4. The top scoring bidders for each Lot will be invited to tender; it is envisaged that a total of 3 bidders per Lot will be taken forward to tender stage. If this does not equal at least a minimum of 5 overall then additional bidders will be taken forward.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Glasgow and Glasgow North
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Glasgow and Glasgow North, further details including addresses is contained within the ‘Additional Documents’ section of this notice.
II.2.4)Description of the procurement:
Provision of Ground Maintenance services. Please note the contract value noted below is the estimated value for the Lot, over the entire contract period including optional extension.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract can be extended by up to a further 24 months in total. This decision will be based on a number of factors including contractor performance and budget considerations at the time.
II.2.9)Information about the limits on the number of candidates to be invited
1. 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.
2. Bidders will be evaluated in relation to Economic and Financial Standing based on the criteria and requirements set out within the relevant section of the contract notice
3. All bidders who are not excluded on mandatory or discretionary exclusion grounds will then be evaluated based on their responses to questions within the ‘Technical and Professional Skills’ section. Bids will be evaluated using the following 0-4 evaluation methodology:
0 — unacceptable, nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
1 — Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
2 — Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
3 — Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
4 — Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full
4. The top scoring bidders for each Lot will be invited to tender; it is envisaged that a total of 3 bidders per Lot will be taken forward to tender stage. If this does not equal at least a minimum of 5 overall then additional bidders will be taken forward.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lanarkshire
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Lanarkshire, further details including addresses is contained within the ‘Additional Documents’ section of this notice.
II.2.4)Description of the procurement:
Provision of Ground Maintenance services. Please note the contract value noted below is the estimated value for the Lot, over the entire contract period including optional extension.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract can be extended by up to a further 24 months in total. This decision will be based on a number of factors including contractor performance and budget considerations at the time.
II.2.9)Information about the limits on the number of candidates to be invited
1. 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.
2. Bidders will be evaluated in relation to Economic and Financial Standing based on the criteria and requirements set out within the relevant section of the contract notice
3. All bidders who are not excluded on mandatory or discretionary exclusion grounds will then be evaluated based on their responses to questions within the ‘Technical and Professional Skills’ section. Bids will be evaluated using the following 0-4 evaluation methodology:
0 — unacceptable, nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
1 — Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled..
2 — Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
3 — Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
4 — Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.
4. The top scoring bidders for each Lot will be invited to tender; it is envisaged that a total of 3 bidders per Lot will be taken forward to tender stage. If this does not equal at least a minimum of 5 overall then additional bidders will be taken forward.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Central Scotland
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Central Scotland, further details including addresses is contained within the ‘Additional Documents’ section of this notice.
II.2.4)Description of the procurement:
Provision of Ground Maintenance services. Please note the contract value noted below is the estimated value for the Lot, over the entire contract period including optional extension.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract can be extended by up to a further 24 months in total. This decision will be based on a number of factors including contractor performance and budget considerations at the time.
II.2.9)Information about the limits on the number of candidates to be invited
1. 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.
2. Bidders will be evaluated in relation to Economic and Financial Standing based on the criteria and requirements set out within the relevant section of the contract notice
3. All bidders who are not excluded on mandatory or discretionary exclusion grounds will then be evaluated based on their responses to questions within the ‘Technical and Professional Skills’ section. Bids will be evaluated using the following 0-4 evaluation methodology:
0 — unacceptable, nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
1 — Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled..
2 — Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
3 — Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
4 — Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.
4. The top scoring bidders for each Lot will be invited to tender; it is envisaged that a total of 3 bidders per Lot will be taken forward to tender stage. If this does not equal at least a minimum of 5 overall then additional bidders will be taken forward.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
West Edinburgh
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
West Coast of Scotland including Rothesay and Dunoon, further details including addresses is contained within the ‘Additional Documents’ section of this notice.
II.2.4)Description of the procurement:
Provision of Ground Maintenance services. Please note the contract value noted below is the estimated value for the Lot, over the entire contract period including optional extension.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract can be extended by up to a further 24 months in total. This decision will be based on a number of factors including contractor performance and budget considerations at the time.
II.2.9)Information about the limits on the number of candidates to be invited
1. 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.
2. Bidders will be evaluated in relation to Economic and Financial Standing based on the criteria and requirements set out within the relevant section of the contract notice.
3. All bidders who are not excluded on mandatory or discretionary exclusion grounds will then be evaluated based on their responses to questions within the ‘Technical and Professional Skills’ section. Bids will be evaluated using the following 0-4 evaluation methodology:
0 — unacceptable, nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
1 — Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled..
2 — Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
3 — Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
4 — Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.
4. The top scoring bidders for each Lot will be invited to tender; it is envisaged that a total of 3 bidders per Lot will be taken forward to tender stage. If this does not equal at least a minimum of 5 overall then additional bidders will be taken forward.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Perth and Fife
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Perth and Fife, further details including addresses is contained within the ‘Additional Documents’ section of this notice.
II.2.4)Description of the procurement:
Provision of Ground Maintenance services. Please note the contract value noted below is the estimated value for the Lot, over the entire contract period including optional extension.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract can be extended by up to a further 24 months in total. This decision will be based on a number of factors including contractor performance and budget considerations at the time.
II.2.9)Information about the limits on the number of candidates to be invited
1. 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.
2. Bidders will be evaluated in relation to Economic and Financial Standing based on the criteria and requirements set out within the relevant section of the contract notice
3. All bidders who are not excluded on mandatory or discretionary exclusion grounds will then be evaluated based on their responses to questions within the ‘Technical and Professional Skills’ section. Bids will be evaluated using the following 0-4 evaluation methodology:
0 — unacceptable, nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
1 — Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled..
2 — Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
3 — Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
4 — Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.
4. The top scoring bidders for each Lot will be invited to tender; it is envisaged that a total of 3 bidders per Lot will be taken forward to tender stage. If this does not equal at least a minimum of 5 overall then additional bidders will be taken forward.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Tayside
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Tayside, further details including addresses is contained within the ‘Additional Documents’ section of this notice.
II.2.4)Description of the procurement:
Provision of Ground Maintenance services. Please note the contract value noted below is the estimated value for the Lot, over the entire contract period including optional extension.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract can be extended by up to a further 24 months in total. This decision will be based on a number of factors including contractor performance and budget considerations at the time.
II.2.9)Information about the limits on the number of candidates to be invited
1. 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.
2. Bidders will be evaluated in relation to Economic and Financial Standing based on the criteria and requirements set out within the relevant section of the contract notice
3. All bidders who are not excluded on mandatory or discretionary exclusion grounds will then be evaluated based on their responses to questions within the ‘Technical and Professional Skills’ section. Bids will be evaluated using the following 0-4 evaluation methodology:
0 — unacceptable, nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
1 — Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
2 — Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
3 — Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
4 — Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.
4. The top scoring bidders for each Lot will be invited to tender; it is envisaged that a total of 3 bidders per Lot will be taken forward to tender stage. If this does not equal at least a minimum of 5 overall then additional bidders will be taken forward.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
East Coast and Borders
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
East Coast and Borders, further details including addresses is contained within the ‘Additional Documents’ section of this notice.
II.2.4)Description of the procurement:
Provision of Ground Maintenance services. Please note the contract value noted below is the estimated value for the Lot, over the entire contract period including optional extension.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract can be extended by up to a further 24 months in total. This decision will be based on a number of factors including contractor performance and budget considerations at the time.
II.2.9)Information about the limits on the number of candidates to be invited
1. 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.
2. Bidders will be evaluated in relation to Economic and Financial Standing based on the criteria and requirements set out within the relevant section of the contract notice
3. All bidders who are not excluded on mandatory or discretionary exclusion grounds will then be evaluated based on their responses to questions within the ‘Technical and Professional Skills’ section. Bids will be evaluated using the following 0-4 evaluation methodology:
0 — unacceptable, nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
1 — Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled..
2 — Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
3 — Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
4 — Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.
4. The top scoring bidders for each Lot will be invited to tender; it is envisaged that a total of 3 bidders per Lot will be taken forward to tender stage. If this does not equal at least a minimum of 5 overall then additional bidders will be taken forward.
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.1.2)Economic and financial standing
Bidders should provide (‘general’) yearly turnover for the last 2 years
Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
Bidders will be required to state the value(s) for the following financial ratio(s):
Profit before interest and taxation
Interest cover
Net current assets
Gearing.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance 10 000 000 GBP
Public Liability Insurance 5 000 000 GBP
Professional Indemnity Insurance 5 000 000 GBP
Product Liability Insurance 5 000 000 GBP.
Bidders will be required to have a minimum ‘general’ yearly turnover of 100 000 GBP for the last 2 years.
Please note that this turnover figure is in relation to a single Lot. Bidders who are to be considered for more than one Lot must have the level of turnover relevant to all lots i.e.
Bidders who are to be considered for two Lots will be required to have a minimum ‘general’ yearly turnover of 200 000 GBP for the last 2 years;
Bidders who are to be considered for three Lots will be required to have a minimum ‘general’ yearly turnover of 300 000 GBP for the last 2 years.
The acceptable range for each financial ratio is:
Profit before interest and taxation (greater than 1 GBP).
Interest Cover (greater than 1.1 times).
Net current assets (greater than 1:1 i.e. must be positive).
Gearing (less than 50 %).
The ratio will be calculated as follows:
Profit before interest and taxation (factual and identified within financial statements).
Interest cover (profit before interest and taxation plus Interest received divided by Interest payable).
Net current assets (Current assets divided by current liabilities).
Gearing (Total debt greater than one year divided by equity).
Bidders must hold or commit to put in place the required levels of insurance cover.
III.1.3)Technical and professional ability
4C.1.2 Examples of services carried out during the last three years (50 per cent weighting).
4C.6, 4C.6.1, 4C.8.1, 4C.8.2 Qualifications and Staff Numbers (25 per cent weighting).
4C.9 Plant, Tools or Technical Equipment (50 per cent weighting).
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services described in part II.2) of the OJEU Contract Notice and detailed within the ‘Additional Documents’
Bidders will be required to confirm which relevant educational and professional qualifications are held by their staff. Bidders will be required to confirm their average annual manpower for the last 3 years.
Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4) in the OJEU Contract Notice.
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
VI.3)Additional information:
Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site athttp://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=470188
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available athttp://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
The Contracting Authority does not intend to include a sub-contract clause in this contract.
(SC Ref:470188).
VI.4.1)Review body
79 Hopetoun Street
Edinburgh
EH7 4QF
United Kingdom
Telephone: +44 1312734078
E-mail: m.shepherd@bield.co.ukInternet address:http://www.bield.co.uk
VI.5)Date of dispatch of this notice:
Related Posts
Requirement for Grass and Hedge Cutting Services in Leicestershire
Grounds Maintenance and Street Cleansing Tender Worcestershire
Grounds Maintenance Works Contract 2017 – 2018
Contract for the Provision of Grounds Maintenance Services Purbeck