Grounds Management Services Tender
Grounds maintenance (management) services. parks and open spaces maintenance, ornamental and pleasure gardens maintenance services.
UK-Stratford-upon-Avon: grounds maintenance services
2012/S 32-051810
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Stratford-on-Avon District Council
Elizabeth House, Church Street
Contact point(s): Stratford-on-Avon District Council
For the attention of: Tina Brain
CV37 6HX Stratford-upon-Avon
UNITED KINGDOM
Telephone: +44 1789267575
E-mail: tina.brain@stratford-dc.gov.uk
Fax: +44 1789260444
Internet address(es):
General address of the contracting authority: http://www.stratford.gov.uk
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
Regional or local authority
I.3)Main activity
General public services
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:
Grounds Management Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
NUTS code UKG13
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)
Grounds maintenance (management) services. parks and open spaces maintenance, ornamental and pleasure gardens maintenance services, Verge maintenance work, hedge trimming, inspection and maintenance of playground equipment, sports fields maintenance service, street sweeping services, litter collection services, weed-clearance services, weed-killing services, cleaning and sanitation services in urban or rural areas.
II.1.6)Common procurement vocabulary (CPV)
77314000, 90511300, 77311000, 77312000, 77312100, 77313000, 77320000, 77330000, 77342000, 90612000, 90611000, 90918000, 50870000, 45233229
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 470 000,00 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 60 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 120 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not available.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not available.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not available.
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: Details of criteria and their evaluation is included in the pre-qualification criteria which is available on request.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Details of criteria and their evaluation is included in the pre-qualification criteria which is available on request.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Details of criteria and their evaluation is included in the pre-qualification criteria which is available on request.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3: and maximum number 8
Objective criteria for choosing the limited number of candidates: The criteria for scoring tenderers is; Economic and Financial Standing, Technical Ability, Health & Safety, Business Continuity, Environmental Issues and Equal Opportunities & Employment Policies. Details of criteria and evaluation is included in the pre-qualificaiton questionnaire that is available on request.
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:
N/A
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2011/S 0-142610 of 13.10.2011
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
23.3.2012 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
10.4.2012
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 tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The selection of tenderers to be invited to tender will be by the mechanism detailed in the pre-qualification questionnaire that is available on request. The deadline at IV.3.4 above is for submission of a completed pre-qualification questionnaire and is not the deadline for the receipt of tenders. Those tenderers selected to be invited to tender, following evaluation of pre-qualification questionnaires, will be invited to tender by way of an invitation to tender document. Contract documents, including Specification and Bills of Quantities, will be provided to short-listed tenderers at the invitation to tender stage. Concerning IV.3.7, tenders must be maintained up to and including execution of contract documents following expiry of the standstill period. The Council’s intention is to apply a voluntary standstill period ending on 26.10.2012. Further details of the Council’s intended timetable for the procurement are included in the Pre-Qualification Questionnaire. The Council does not attend to depart from that timetable but it reserves the right to do so at any stage. This is a Part B service being procured by an unregulated restricted procedure. Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
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:13.2.2012