Horticultural and arboricultural services
Horticultural services. Tree-clearing services. Tree-cutting services. Tree-maintenance services. Tree pruning and hedge trimming. Tree pruning. Planting and maintenance services of green areas. Weed-clearance services.
UK-Mildenhall: horticultural services
2012/S 49-080368
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Forest Heath District Council
College Heath Road
Contact point(s): Waveney District Council Procurement Team
For the attention of: Ian Purdom
IP28 7EY Mildenhall
UNITED KINGDOM
Telephone: +44 1502523507
E-mail: Ian.Purdom@waveney.gov.uk
Fax: +44 1502588135
Internet address(es):
General address of the contracting authority: http://www.forest-heath.gov.uk
Address of the buyer profile: http://www.forest-heath.gov.uk
Electronic access to information: www.delta-esourcing.com/delta
Electronic submission of tenders and requests to participate: www.delta-esourcing.com/delta
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)
Section II: Object of the contract
Service category No 27: Other services
NUTS code UKH14
77300000, 77211300, 77211400, 77211500, 77340000, 77341000, 77310000, 77312000, 77312100, 77320000, 45342000, 45233291, 45111220, 90922000, 77315000, 71421000, 34928470, 77314000, 77342000
Tenders may be submitted for one or more lots
Estimated value excluding VAT:
Range: between 1 040 000 and 1 355 000 GBP
Information about lots
Lot No: 1 Lot title: Horticultural services
77300000, 77310000, 77312000, 77312100, 77320000, 45342000, 45233291, 45111220, 90922000, 77315000, 71421000, 34928470, 77314000, 77342000
Estimated value excluding VAT: 1 040 000 GBP
77211300, 77211400, 77211500, 77341000
Estimated value excluding VAT: 220 000 GBP
77211300, 77211400, 77211500, 77341000
Estimated value excluding VAT: 95 000 GBP
Section III: Legal, economic, financial and technical information
If the contract is awarded to a consortium, joint venture or similar, applicants will be required to contract with joint and several liability under English Law and either nominate a lead provider with whom the contracting authority can contract and to whom communications will be addressed or form into a single legal entity before the contract is awarded.
Description of particular conditions: Performance will be monitored against Key Performance Indicators full details will be provided in the Invitation to Tender documentation.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr.
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Applicants are asked to provide key financial information to describe their financial position. Details of the required information are provided in the Pre-Qualification Questionnaire (PQQ), which can be obtained as described in section VI.3 – additional information, and which must be returned to the e-sourcing system in the manner prescribed and the date stipulated at section VI.3 – additional information.
There are a number of pass/fail sections in the PQQ and any resulting Invitation to Tender, details will be provided in the PQQ, Invitation to Tender, PQQ evaluation guidance and Invitation to Tender evaluation guidance.
Applicants are required to demonstrate a successful track record and have experience in comparable projects of a similar nature and size to the horticultural and arboricultural services together with the capacity and capability to provide such services. Applicants are required to demonstrate effective management systems for the following – business activities, quality management, health and safety, environmental management, equal opportunities and financial. Full details of the required information will be provided in the PQQ which can be obtained as described in section VI.3 – additional information.
Minimum level(s) of standards possibly required:
There are a number of pass/fail sections in the PQQ and any resulting invitation to tender, details will be provided in the PQQ, invitation to tender, PQQ evaluation guidance and invitation to tender evaluation guidance.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Completed PQQ’s will be evaluated and a shortlist of applicants invited to the tender process. The weightings and criteria for each subject area within the PQQ are as follows:
1. Details of organisation – not scored, except for questions 1.16, 1.17,1.18, 1.19,1.20 and 1.21, which are Pass/Fail;
2. Financial information – Pass/Fail;
3. Business activities, previous comparable experience and resources 60 %;
4. Quality management and capability – 10 %;
5. Health and safety policy and capability – 20 %;
6. Environmental management and capability – 10 %;
7. Equal opportunity and diversity policy – Pass/Fail;
8. Insurance – Pass/Fail;
9. Professional and business standing – Pass/Fail;
10. Freedom of information – Not scored;
11. Undertaking – Pass/Fail;
12. Grounds for Disqualification Declaration – Pass/Fail;
Full details of the evaluation criteria are provided in the PQQ which can be obtained as described in section VI.3 – additional information.
Full details of the tender evaluation criteria will be provided in the tender documentation.
Responses to the PQQ will be evaluated by a number of officers and a shortlist of applicants will be selected. Further details can be found in section VI.3 – additional information.
Prior information notice
Notice number in the OJEU: 2010/S 125-191588 of 1.7.2010
Other previous publications
Notice number in the OJEU: 2011/S 88-143661 of 6.5.2011
Section VI: Complementary information
Estimated timing for further notices to be published: Five (5) years from contract commencement (subject to any contract extensions based on satisfactory performance).
Bidders who are asked to participate in the next stage of the procurement process should note that there is a likelihood that they will have to submit their bids as priced/named and priced/non named for evaluation purposes.
Whilst Forest Heath District Council is the contracting authority for the purpose of this procurement exercise and any ensuing contract, Waveney District Council are acting as Forest Heath District Council’s agent in relation to the provision of procurement advice and process. Officers at both councils will be involved in the process for contracting with an appropriate contractor(s).
All dates and time periods specified in this notice are indicative only and the Contracting Authority reserves the right to change these.
The contracting authority expressly reserves the right not to award any contract as a result of the procurement process commenced by the publication of this notice and in no circumstances will be liable for any costs incurred by applicants during the procurement process.
Your Pre Qualification Questionnaire (PQQ) response must be completed and submitted electronically in accordance with Section I and Section IV.3 above.
The information and documents for this PQQ will be accessible at the following website www.delta-esourcing.com/delta. To be able to access these documents you will need to register your company details and enter the following Tender Access Code (TAC) V29DN2EK53 at the bottom of the registration page, thereafter you will be issued with a USERNAME and PASSWORD.
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the Tender Access Code (TAC) from the advert. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is listed on the advert and in the PQQ/ Tender documents. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents. No hard copy PQQs or Tenders will be accepted.
If you experience any technical difficulties please contact the Delta esourcing Helpdesk on +44 08452707050 or email helpdesk@delta-esourcing.com as soon as possible as problems cannot be rectified after the closing deadlines.
Please note that for ICT security reasons the Contracting Authority’s procurement agent (Waveney District Council) is not able to accept Zip files. If you are uploading multiple documents you will have to load one document at a time, therefore please ensure that you allow yourself plenty of time to fully upload your PQQ submission onto Delta esourcing by the deadline detailed above as Delta esourcing will not permit attempts to load documents after the time/date stated.
All communication for the procurement process up to the selection of shortlisted candidates must be through the messaging facilities on the Delta esourcing system.
If any applicant considers that any information supplied by them is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for its sensitivity as well as the duration of such sensitivity specified. In such cases the relevant material will, in response to requests made under the Freedom of.
Information Act 2000 (the Act) or the Environmental Information Regulations 2004 (the Regulations), be examined in the light of exemptions in the Act or the Regulations.
Any potential contractors(s) needs to be advised that the current grass cutting services at Red Lodge, Newmarket, Suffolk (valued at approximately £2000 per annum) are unlikely to be included at the commencement date of the anticipated contract.
Applicants who are shortlisted to the next stage of the procurement process should not that due to the current financial climate and the pressure on Local Government funding any bids received where the price exceeds the “estimated cost of the services” or “estimated total value” per Lot will be rejected on the grounds of unaffordability.
Any organisation expressing an interest in this procurement should take note that there a likely to be Transfer Undertaking Protection of Employees (TUPE) implications, further details will be provided in the tender documentation. GO Reference: GO-201236-PRO-3764253.
Forest Heath District Council
College Heath Road
IP28 7EY Mildenhall
UNITED KINGDOM
E-mail: Peter.Heard@forest-heath.gov.uk
Telephone: +44 1638719309
Internet address: http://www.forest-heath.gov.uk
VI.5)Date of dispatch of this notice:6.3.2012