Grounds Maintenance Services Contract – South and Mid West Wales
The contract will be a collaborative approach between South Wales Fire and Rescue Service and Mid and West Wales Fire and Rescue Service for Grounds Maintenance.
United Kingdom-Llantrisant: Grounds maintenance services
2020/S 243-603160
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Headquarters, Forest View Business Park
Town: Llantrisant
NUTS code: UKL WALES
Postal code: CF72 8LX
Country: United Kingdom
Contact person: Julie Snooks
E-mail: j-snooks@southwales-fire.gov.uk
Telephone: +44 1443232755
Fax: +44 1443232180
Internet address(es):
Main address: www.southwales-fire.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0360
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Grounds Maintenance Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The contract will be a collaborative approach between South Wales Fire and Rescue Service and Mid and West Wales Fire and Rescue Service for Grounds Maintenance.
The contract will be split into four lots:
Lot 1: South Wales Fire and Rescue Service;
Lot 2a: Mid and West Wales Fire and Rescue Service — Powys and Ceredigion Area;
Lot 2b: Mid and West Wales Fire and Rescue Service — Carmarthenshire, Neath Port Talbot, Swansea and Pembrokeshire Area;
Lot 3: Brown/Green Roof Maintenance for Mid and West Wales Fire and Rescue Services.
Contractors have the option to bid individual or multiple lots.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
South Wales Fire and Rescue Service
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Premises within the South Wales Fire and Rescue Boundaries.
II.2.4)Description of the procurement:
The service shall comprise of the maintenance and care of the grounds of the South Wales Fire and Rescue Service (SWF&RS) as per Appendix 1. The service shall include grass cutting, tree maintenance, hedge cutting, shrub and flower bed maintenance, trimming and litter picking, herbicide treatment, removal of leaves and weed control. All hard surfaces including paths, car parks, perimeter fence lines, wall lines and other areas specified by SWFRS shall be free of debris and moss. A copy of the SWFRS property list is included in Appendix 1. The contractor will be required to compile a biodiversity plan for each site.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract is for the initial period of 3 years with option to extend for a further 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Mid and West Wales Fire and Rescue Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Premises within the Mid and West Wales Fire and Rescue Boundaries.
II.2.4)Description of the procurement:
Lot 2 is split into two sublots. Lot 2a — Mid and West Wales FRS (Powys and Ceredigion Area) and Lot 2b — Mid and West Wales FRS (Carmarthenshire, Neath and Port Talbot, Swansea and Pembrokshire).
Lot 2a: Mid and West Wales FRS (Powys and Ceredigion Area)
Mid and West Wales FRS lot has been split across two lots. Lot 2a consist of Powys and Ceredigion.
The service shall comprise of the maintenance and care of the grounds of the Mid and West Wales FRS (MWWFRS) as per Appendix 2. The service shall include grass cutting, tree maintenance, hedge cutting, shrub and flower bed maintenance, trimming and litter picking, herbicide treatment, removal of leaves and weed control. All hard surfaces including paths, car parks, perimeter fence lines, wall lines and other areas specified by MWWFRS shall be free of debris and moss. A copy of the MWWFRS property list is included in Appendix 2.
Lot 2b: Mid and West Wales FRS (Carmarthenshire, Neath and Port Talbot, Swansea and Pembrokshire)
Lot 2b consists of Carmarthenshire, Neath Port Talbot, Swansea and Pembrokeshire.
The service shall comprise of the maintenance and care of the grounds of the Mid and West Wales FRS (MWWFRS) as per Appendix 2. The service shall include grass cutting, tree maintenance, hedge cutting, shrub and flower bed maintenance, trimming and litter picking, herbicide treatment, removal of leaves and weed control. All hard surfaces including paths, car parks, perimeter fence lines, wall lines and other areas specified by MWWFRS shall be free of debris and moss. A copy of the MWWFRS property list is included in Appendix 2.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract is for the initial period of 3 years with option to extend for a further 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Suppliers can apply for Lot 2A or 2B or both.
II.2.1)Title:
Mid and West Wales FRS — Brown/Green Roof Maintenance
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Parc Noyadd (combined facility) in Llandrindod Wells.
II.2.4)Description of the procurement:
Lot 3: Brown/Green Roof Maintenance
Mid and West Wales FRS has a requirement for Brown Sedum Roof Maintenance at Parc Noyadd (combined facility) in Llandrindod Wells. The works required will include weeding, plant encroachment into drainage outlets, walkways and the vegetation barriers (pebbles) and repairing bare patches as set out in Bauder Synthetic Single Ply System — Maintenance spec Rev1 04.10.11. The works required will be on a bi-annual basis spring and autumn. A visit to the site prior to tendering is highly recommended (See attached photograph).
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract is for the initial period of 3 years with option to extend for a further 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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.2.4)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
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
3 to 4 years.
VI.2)Information about electronic workflows
VI.3)Additional information:
Note: to register your interest in this notice and obtain any additional information please visit the Sell2Wales website at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=106379
The buyer has indicated that it will accept electronic responses to this notice via the postbox facility. A user guide is available at https://www.sell2wales.gov.wales/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.
(WA Ref:106379)
VI.4.1)Review body
Postal address: Royal Courts of Justice, the Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079477501
VI.5)Date of dispatch of this notice: