Grounds Maintenance Services Perth – North Inch Golf Course Maintenance
Maintenance Services for the golf course located in Perth City centre.
United Kingdom-Perth: Grounds maintenance services
2014/S 227-401274
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Perth and Kinross Council
Pullar House, 35 Kinnoull Street
Contact point(s): The Environment Service
For the attention of: The Executive Director
PH1 5PH Perth
UNITED KINGDOM
Telephone: +44 1738475000
Fax: +44 1738476510
Internet address(es):
General address of the contracting authority: http://www.pkc.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372
Further information can be obtained from: Perth & Kinross Council
Pullar House, 35 Kinnoull Street
Contact point(s): The Environment Service
For the attention of: Lesley Ann Cassidy
PH1 5PH Perth
UNITED KINGDOM
Telephone: +44 1738475000
E-mail: gmcontracts@pkc.gov.uk
Fax: +44 1738475510
Internet address: http://www.pkc.gov.uk
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: Perth & Kinross Council
Pullar House, 35 Kinnoull Street
Contact point(s): The Environment Service
For the attention of: The Executive Director
PH1 5PH Perth
UNITED KINGDOM
Telephone: +44 1738475000
Fax: +44 1738476510
Internet address: http://www.pkc.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
Recreation, culture and religion
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 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Perth.
NUTS code UKM27
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)
Maintenance Services for the golf course located in Perth City centre
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=327783
II.1.6)Common procurement vocabulary (CPV)
77314000
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:
option 1 shows a list of specified items within a bill of quantity and a schedule of rates.
option 2 is labour rates with an overhead recovery. The works will be agreed to maximise the maintenance of the golf course to meet user’s needs.
Estimated value excluding VAT:
Range: between 60 000 and 100 000 GBP
II.2.2)Information about options
Description of these options: There is a potential for 1 plus 1 years extension.
Provisional timetable for recourse to these options:
in months: 12 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: 2
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
Description of particular conditions: Please see contract conditions provided as an additional document.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: No minimum turnover required.
III.2.3)Technical capacity
(1) A statement of the candidate’s average annual number of staff and managerial staff over the previous 3 years.
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(3) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided.
(4) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(5) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(6) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(7) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
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
Prior information notice
Notice number in the OJEU: 2014/S 202-357263 of 21.10.2014
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Date: 9.1.2015 – 12:00
Place:
Carried out by finance team and logged independently of the evaluation panel.
Section VI: Complementary information
VI.3)Additional information
Please note that there are 2 pricing options. Perth and Kinross Council are exploring new ways of working to maximise the fitness for purpose to meet users needs.
Please note that TUPE applies (see appendix iii) (SC Ref:327783).
VI.5)Date of dispatch of this notice: