Hampshire County Council Framework for Landscape and External Works
In setting up the Hampshire County Council HCC Framework for Landscape and External Works the Council aims to continue to develop and strengthen the strategy for the procurement and delivery of projects and programmes of new external works projects and repair or alteration of existing hard landscaped areas.
United Kingdom-Winchester: Works for complete or part construction and civil engineering work
2013/S 185-318639
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
Hampshire County Council
Three Minsters House High Street
Contact point(s): Property Services
For the attention of: Procurement Support Team
SO23 8UL Winchester
UNITED KINGDOM
Telephone: +44 1962847915
E-mail: procurement.support@hants.gov.uk
Fax: +44 1962841326
Internet address(es):
General address of the contracting authority: http://www.hants.gov.uk/
Electronic access to information: http://in-tendhost.co.uk/hampshire/
Electronic submission of tenders and requests to participate: http://in-tendhost.co.uk/hampshire/
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: Hampshire County Council
Three Minsters House High Street
SO23 8UL Winchester
UNITED KINGDOM
E-mail: procurement.support@hants.gov.uk
Internet address: https://in-tendhost.co.uk/hampshire
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Environment
Recreation, culture and religion
Education
The contracting authority is purchasing on behalf of other contracting authorities: yes
Surrey County Council
Kingston upon Thames
KT1 2DN Surrey
UNITED KINGDOM
Section II: Object of the contract
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
Main site or location of works, place of delivery or of performance: The geographical area of Hampshire, the geograpical area of Surrey.
NUTS code UKJ3,UKJ23
maximum number of participants to the framework agreement envisaged: 45
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 8 000 000 and 20 000 000 GBP
The framework is aimed at minor projects or programmes of work of between £5,000 and £600,000 but can cater for larger projects in exceptional circumstances. Works commissioned under this Framework could include (but will not be limited to) new hard and soft landscaping works including planting, fencing, external walls and associated features, minor/ major reinstatement and or alteration of existing hard and soft landscaped areas, minor/ major maintenance work to existing hard and soft landscaping areas and level access works. As a significant aspect of our practice is in the field of sports development, the framework will also be used to procure various sports facilities including running tracks, multi use games areas (MUGAs) a range of synthetic turf pitches (STPS) for particular sports, athletics facilities and natural grass playing fields. These projects are often technically demanding, involving complex drainage and lighting solutions. Due to their scale and environmental impact, they may be controversial too. We are looking for organisations to assist us in the development of the most efficient and sensitive designs possible to minimise environmental impact.
The selected organisations also need to be able to assist us with the operational objectives of the Framework, to provide value for money in the delivery of work, reduce waste, streamline processes and identify and effectively manage risk, through the whole life of each project.
The framework agreement will be between the successful bidding organisations and Hampshire County Council acting for and on behalf of participating public sector and local authority organisations. Individual Local Authorities or other eligible public service providers will act as Employer in underlying contracts for projects commissioned through these arrangements.
Further details are available in the PQQ documentation.
The Council wishes to invite expressions of interest from organisations and / or consortia who have demonstrable experience in the delivery of these services.
For business, risk and operational purposes Hampshire County Council has a requirement for at least five up to a maximum of nine suppliers for each lot to provide the services outlined in the project brief. Accordingly the requirements have been split into 5 lots. Bidders are permitted to submit a PQQ for one or more of the lots. For all submissions whether for one or more than one lot, bidders must complete and submit the basic PQQ questionnaire in addition to a completed Lot related questionnaire for each required lot in order to formally express an interest. Bidders are advised that they may submit a PQQ with completed Lot Relevant questions for as many Lots for which they are suitably qualified. Successful bidders will be shortlisted for the chosen lot(s), and will be invited to submit a tender response.
Further information is available in the PQQ Documentation.
Further details, including the sub criteria, will be made available in the Invitation to Tender documents.
45200000, 45112700, 45112710, 45112720, 45112723, 45212200, 45220000, 45232451, 45233160, 45233200, 45221100, 45221110, 45233251, 77310000
Tenders may be submitted for one or more lots
Additional scope has been included for in the contract value to allow for potential future contract expansion brought about by increased requirements for the Council and / or for increased requirements though joint /shared services arrangements.
Lot A General Landscape & Minor Civil Works
Lot B Sports Pitches and Games Areas
Lot C Countryside Minor Bridges & Structures
Lot D Countryside Management Works Habitat and Recreation
Lot E School Grounds & Play Area Development
Estimated value excluding VAT:
Range: between 18 000 000 and 20 000 000 GBP
Information about lots
Lot No: 1 Lot title: General Landscape & Minor Civil Works
45200000, 45112700, 45112710, 45112720, 45112723, 45212200, 45232451, 45233160, 45233200, 45233251, 77310000
Estimated value excluding VAT:
Range: between 4 000 000 and 5 000 000 GBP
45200000, 45112700, 45112710, 45112720, 45112723, 45212200, 45232451, 45233160, 45233200, 45233251, 77310000
Estimated value excluding VAT:
Range: between 2 000 000 and 8 000 000 GBP
The requirement for this Lot (Lot D) comprises habitat management including vegetation management, arboriculture, and related survey, and management of recreational amenity grassland. In order to make a distinction between minor and major works, which are covered in other frameworks, discrete elements within Lot D are likely to be under £100,000, and would generally be the lower categories of CDM, if at all.
Much of our estate is open and available to the public and the needs of the public are therefore at the forefront of our minds when we are working on these sites. Moreover, our statutory responsibilities relating to the maintenance and management of public rights of way place certain duties on us over land which is not generally within our ownership. This means our approach to working with landowners and other partners is critical.
As a Local Authority HCC exists to serve the community and all contractors or consultants are required to adopt the same approach. There are strict laws and regulations regarding working on public rights of way and in sensitive locations as well as technical and engineering standards which must be met pertaining to works on, over or around waterways.
45200000, 45112700, 45112710, 45112720, 45112723, 45212200, 45220000, 45232451, 45233160, 45233200, 45221100, 45221110, 45233251, 77310000
Estimated value excluding VAT:
Range: between 200 000 and 350 000 GBP
45200000, 45112700, 45112710, 45112720, 45112723, 45212200, 45220000, 45232451, 45233160, 45233200, 45221100, 45221110, 45233251, 77310000
Estimated value excluding VAT:
Range: between 200 000 and 800 000 GBP
The nature of our work varies from small scale improvements projects major external reconfigurations. We are seeking contractors who can be flexible and responsive to our needs and the varying demands and scale of our workload. The requirement is to work with the Hampshire design teams to create exemplary play and learning environments that will help to encourage and develop spontaneous and directed play, facilitating engagement in a wide range of play types and accommodating a range of different learning styles.
The selected contactor will be expected to have an input to the design process to effect the best value solution.
45200000, 45112700, 45112710, 45112720, 45112723, 45212200, 45220000, 45232451, 45233160, 45233200, 45221100, 45221110, 45233251, 77310000
Estimated value excluding VAT:
Range: between 200 000 and 800 000 EUR
Section III: Legal, economic, financial and technical information
In the case of a consortium which is intended to be jointly and severally liable (e.g. a new legal entity), each member will be required to sign an undertaking that they shall all be jointly and severally liable for the performance of the contract.
See the PQQ and tender documentation for further details.
Organisations interested in the opportunity should also review the PQQ documentation for more details regarding the conditions for participation.
Minimum level(s) of standards possibly required: Organisations are advised that the following minimum insurance levels are required:
Employer’s liability 10 000 000 GBP.
Public liability 10 000 000 GBP.
Professional indemnity 5 000 000 GBP.
Product liability 10,000,000.00 GBP (if required in your lot)
Providers on the Framework will generally be limited to work to the value of one quarter of their annual turnover.
In the case of consortia that are jointly and severally liable, this will be based upon all members individually.
In the case of consortia where there is one Lead Organisation, that Organisation alone must have a sufficiently high turnover.
Note:Work may be awarded beyond this general limit, but the provider(s) will be subject to further financial risk assessment as part of the mini competition process.
To support the financial assessment, the Council will obtain a financial appraisal report from ‘N2Check’. The report provides the council with an overall Risk Score which will be used to assess the aplicants’ financial standing. If this information is not available from N2Check, a risk score obtained for your organisation will be assessed against the criteria as detailed below:
Score of between 0 and 25 = Fail
Score of between 26 and 50 = Pass (this is subject to the provision of a suitable parent company guarantee or commitment to provide a performance bond if/when deemed appropriate. If either guarantee is unable to be provided a fail score will be recorded. Also note : a financial appraisal (using the same finacial appraisal and evaluation process) will be carried out on the Parent Company to assess their suitability to act as guarantor.
Score of 51and Over = Pass
Further details on Economic and Financial Ability can be found in the PQQ documentation.
In accordance with Articles 43 to 51 of Directive 2004/18/EC as amended by S.I. 2007/2157,
2009/2992,2011/1441; and Regulation 25 of the Public Contracts Regulations 2006 as amended by The Public Contracts(Amendment) Regulations 2009, and as set out in the Pre-Qualification Questionnaire.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: A maximum of 9 organisations will be shortlisted for each of the five lots based on the following objectivecriteria: Organistion Details – For Information Only Financial Information – Pass/Fail Insurance – Pass / Fail Equalities – Pass/ Fail Health and Safety – Pass/ Fail Professional and Business Standing – Pass / FailBusiness Activities – Weighting 10% Quality Assurance – Weighting 5% Environment / Sustainability – Weighting 5% Relevant Professional Experience – Weighting 40% Case Studies – Weighting 35% References- Weighting 5% Submissions scored at less than 50% of the total marks will not be shortlisted to proceed to the Invitation to Tender stage. For clarity, no more than 9 tenderers per lot will be issued with the ITT documents.
Section VI: Complementary information
Expressions of Interest is by way of registration and down load of the Pre Qualification Documentation from the Council’s electronic tender portal – ‘Intend’, found at https://in-tendhost.co.uk/hampshire/
Consideration is given upon completion and return of the Pre Qualification Questionnaire through Intend, (found at https://in-tendhost.co.uk/hampshire/
by the date and time specified in IV 3.4. Tenderers not all registered on In-tend are required to register their company details on the In-tend, E-tendering system. No charge is made for registration or access to this system. Full details and user guides on how to register and operate the system are available via the link https://in-tendhost.co.uk/hampshire/
Once in the web site, click on ‘Current Tenders’ and then on ‘New Tender Details’ for this framework. Further information, details, subsequent messages and tender documents will be transmitted by In-Tend so it is vital your company is registered. if you wish to express interest in this Framework, please click on ‘Express Interest’ and if you have not previously done so , register your company. E-mail addresses should ideally be for the person who will deal with this tender. All login details, subsequent messages and tender document will automatically be sent to this E-mail address, it is necessary that the email account registered on this system is regularly monitored. You may register more than on Email user per organisation against your account.
Further information about Hampshire County Council can be found at http://www.hants.gov.uk/
The framework will be available for use by the following named authorities and participating public sector and local authority organisations to include:
Hampshire County Council
The Chief Commissioner for Hampshire Constabulary
Hampshire Fire and Rescue
Isle of Wight District Council
Surrey County Council
NHS in Hampshire
Reading Borough Council
Basingstoke and Deane Borough Council
East Hampshire District Council
Eastleigh Borough Council
Fareham Borough Council
Gosport Borough Council
Hart District Council
Havant Borough Council
New Forest District Council
Rushmoor Borough Council
Test Valley Borough Council
Winchester City Council
Elmbridge Borough Council
Epsom & Ewell Borough Council
Guildford Borough Council
Mole Valley District Council
Reigate & Banstead Borough Council
Runnymede Borough Council
Spelthorne Borough Council
Surrey Heath Borough Council
Tandridge District Council
Waverley Borough Council
Woking Borough Council
Any maintained school or school that may become an academy within the geographical boundaries of Hampshire or Surrey.
Academy Trust School
The Arnewood School
Bay House School
Bohunt School
Bransgore Church of England Primary School
Bridgemary School
The Burgate Academy
Cams Hill School
The Costello School
Cowplain Community School
Dove House School
Eggars School
Everest Community Academy
Fernhill Secondary School
Hardley School and Sixth Form College
Havant Academy
Hook with Warsash CofE Academy
Hounsdown Academy
The Mountbatten School
Noadswood School
Oaklands Catholic Voluntary Aided Secondary School
Perins School – A Community Sports College
The Petersfield School – A Performing Arts College
Priestlands School
The Priory Primary Academy Trust
Ringwood Academy
Robert May’s
School
The Romsey Academy
St Anthony’s Catholic Primary School
St Colombia Cof E Primary Academy
St Joseph’s Catholic Academy, Aldershot
Sunhill Primary School
Testwood Sports College
Thornden Academy
Wildern School
Winton School
Wyvern Technology College
Glyn Technology
Sunbury Manor
Weydon
Thomas Kynvett
Collingwood
Howard of Effingham
George Abbot
The Magna Carta
Rodborough Technology College
South Farnham Primary
The Raleigh primary
Thamesmead School
Fullbrook School
Rydens School
Woolmer Hill Technology College
Cleves Junior
Goldsworth Primary
Epsom & Ewell High
The Beacon School
Rosebury School
Hinchley Wood School
Blenheim High School
The Bishop Wand
Hampshire County Council; Surrey County Council;
Isle of Wight Council; Portsmouth City Council;
Reading Borough Council; Slough Borough Council; Southampton City Council; Swindon Borough Council; Basingstoke & Deane Borough Council; Eastleigh Borough Council; Fareham Borough Council; Gosport Borough Council; Hart District Council; Havant Borough Council; East Hants District Council; New Forest District Council; Rushmoor Borough Council; Test Valley Borough Council; Winchester City Council; Elmbridge Borough
Council; Epsom and Ewell Borough Council; Guildford Borough Council; Mole Valley District Council; Reigate and Banstead Borough Council; Runnymede Borough Council; Spelthorne Borough Council; Surrey Heath Borough Council; Tandridge District Council; Waverley Borough Council; Police and Crime Commissioner of Hampshire; Hampshire Fire & Rescue Service; Isle of Wight Fire & Rescue Service. Or any of the above associated with local authorities trading company arrangements or any subsequent incarnation of any of the above.
Further information can be found at :
http://www.hants.gov.uk/
http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm
http://www.ukfiredirectory.com/fire_services.asp
http://www.online.police.uk/forces.htm
EN Standard form 02 – Contract notice 13 / 23
Services may be provided to subsidiaries of the above, including public sector trading companies, and also other organisations that wish to participate in strategic joint working arrangements with Hampshire County Council, and other organisations associated with the procurement and management of regional and sub regional frameworks.
Services may be provided to schools and further education establishments within the geographical areas of these arrangements. Schools include all academies, faith; voluntary aided or controlled, maintained and ‘free’ schools, including those schools which may convert to academy status either during the procurement process or during the term of the contract(s) including those that currently exist and their successors. Academies within Hampshire known at the time of publishing include:
Havant Academy, The Priory Primary Academy Trust, The Arnewood School, Wildern School, Ringwood Academy, Thornden Academy, Mountbatten School, The Petersfield School, Bohunt School, The Burgate Academy, Fernhill Secondary, Priestlands School, The Romsey Academy, Hounsdown Academy, Cowplain Community School, Sun Hill Infant, Noadswood Academy, Bransgore CofE Primary, St Anthony’s Primary, St. Joseph’s Academy, Amery Hill School Academy Trust, Bay House School, Cams Hill School, Everest Community Academy, Oaklands Catholic School and Sixth Form College, Perins Academy, Testwood Sports College, Dove House School, Hook with Warsash CofE Academy, St Columbia C of E Primary Academy,
Bridgemary School, The Costello School, Eggars School, Hardley School and Sixth Form College, Robert May’s
School, Winton School, Wyvern Technology College.
Schools and Further Education establishment information can be found at:
http://www.schoolswebdirectory.co.uk/
VI.5)Date of dispatch of this notice:20.9.2013