Kirklees Weed Control Contract 2017
Kirklees Council wishes to establish a contract with an organisation to provide a Weed Control solution to highway kerbs, channels and hard surfaced areas.
United Kingdom-Huddersfield: Weed-clearance services
2017/S 039-070917
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Kirklees council civic centre 3
Huddersfield
HD1 2NT
United Kingdom
Contact person: Steve Taylor — Parks and open spaces area manager
Telephone: +44 1484221000
E-mail: steve.taylor@kirklees.gov.uk
NUTS code: UKE43
Address of the buyer profile: https://www.yortender.co.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
KMCEGS-030 — Kirklees Weed Control.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Kirklees Council wishes to establish a contract with an organisation to provide a Weed Control solution to highway kerbs, channels and hard surfaced areas within the urban environment semi rural and rural areas. The object of the contract shall be the maintenance of highways in such a manner as to assist road safety whilst maintaining and enhancing amenity and ecological value. This contract applies to areas of adopted highway within towns and villages of the borough of Kirklees.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various locations within the boundary of the borough of Kirklees.
II.2.4)Description of the procurement:
Kirklees Council wishes to establish a contract with an organisation to provide a Weed Control solution to highway kerbs, channels and hard surfaced areas within the urban environment semi rural and rural areas. The object of the contract shall be the maintenance of highways in such a manner as to assist road safety whilst maintaining and enhancing amenity and ecological value. This contract applies to areas of adopted highway within towns and villages of the borough of Kirklees.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Two 12 month extension periods.
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
N/A.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
1) Article 57 and 59 to 61 of Directive 2014/24/EU of the European Parliament and of The Council; and
2) Regulations 57-61 of the Public Contracts 2015,
3 / 6
which require or permit the contracting authority not to select or to treat as ineligible, economic operators,the contracting authority reserves the right to exclude any Tenderer whom they deem to not satisfy any criteria outlined within the scoring matrices contained within the Supplier Submission Document, which is available to download at:
https://www.yortender.co.uk/procontract/supplier.nsf
or is available at the address set out in Section 1 of this Notice.
III.1.2)Economic and financial standing
Finance –
See Section 4 and 5 of the selection Questionnaire (available to download at:https://www.yortender.co.uk/procontract/supplier.nsf, or available at the address set out in Section 1 of this Notice).
Economic operators must submit either:
a) A copy of the audited accounts for the most recent two (2) years.
b) A statement of the turnover, profit & loss account, current liabilities and assets, and cash flow for the most recent year of trading for this organisation.
c) A statement of the cash flow forecast for the current year and a bank letter outlining the current cash and credit position.
d) Alternative means of demonstrating financial status if any of the above documents are not available(e.g.Forecast of turnover for the current year and a statement of funding provided by the owners and/or the bank,charity accruals accounts or an alternative means of demonstrating financial status).
Where we have specified a minimum level of economic and financial standing and/ or a minimum financial threshold within the evaluation criteria for this procurement, please self-certify by answering ‘Yes’ or ‘No’ that you meet the requirements set out.
There are no specific financial criteria for this contract, however You must be able to demonstrate financial standing as required under this Section 4. Failure to supply any one of the financial sources may result in exclusion.
Economic operators must also confirm whether or not they are part of a wider group (e.g. a subsidiary of a holding/parent company), and if so must provide confirmation of:
— the name of the organisation;
— the relationship to the economic operator completing the Business Questionnaire; the organisation’s company accounts (if available); and confirmation on whether or not this organisation would be willing to provide a guarantee if necessary, and if not would the economic operator be able to obtain a guarantee elsewhere(e.g. from a bank).
Responses to this Section 1 shall be primarily for information only.
However, any answer within Sections 1.1 to 1.2(b) that provides insufficient or false information about the Service Provider’s ability to properly perform the Contract which leads the Authority, acting reasonably, to conclude that it would be inappropriate to select the Service Provider on this occasion, may result in exclusion.
Section 2 — Grounds for mandatory exclusion
Based on your responses to Section 2, you will be excluded (subject to ‘self-cleaning’) from the procurement process if there is evidence of convictions relating to specific criminal offences including, but not limited to,bribery, corruption, conspiracy, terrorism, fraud and money laundering, or if you have been the subject of a binding legal decision which found a breach of legal obligations to pay tax or social security obligations(EXCEPT where this is disproportionate e.g. only minor amounts involved).
Section 3 — Grounds for discretionary exclusion
4 / 6
Relevant convictions (without satisfactory ‘self- cleaning”’ regarding corrective action where appropriate) may result in exclusion.
Section 4 and 5 — Economic and Financial Standing
ee Section 4 and 5 of the selection Questionnaire (available to download at:https://www.yortender.co.uk/procontract/supplier.nsf, or available at the address set out in Section 1 of this Notice).
Economic operators must submit either:
a) A copy of the audited accounts for the most recent two (2) years.
b) A statement of the turnover, profit & loss account, current liabilities and assets, and cash flow for the most recent year of trading for this organisation.
c) A statement of the cash flow forecast for the current year and a bank letter outlining the current cash and credit position.
d) Alternative means of demonstrating financial status if any of the above documents are not available(e.g.Forecast of turnover for the current year and a statement of funding provided by the owners and/or the bank, charity accruals accounts or an alternative means of demonstrating financial status).
Where we have specified a minimum level of economic and financial standing and/ or a minimum financial threshold within the evaluation criteria for this procurement, please self-certify by answering ‘Yes’ or ‘No’ that you meet the requirements set out.
There are no specific financial criteria for this contract, however You must be able to demonstrate financial standing as required under this Section 4. Failure to supply any one of the financial sources may result in exclusion.
.
In addition, any answers which leads the Council acting reasonably to conclude (considering the risk that the relevant answer suggests about the Applicant’s ability to properly perform under the Contract) that it would be inappropriate to select the Applicant on this occasion will result in exclusion.
Insurance –
Failure to indicate ‘Yes’ to Question 8.1 will result in exclusion
See Section 8.1 of the Selection Questionnaire (available to download at (available to download at:https://www.yortender.co.uk/procontract/supplier.nsf, or available at the address set out in Section 1 of this Notice).
Economic operators are asked to self-certify whether they already have, or can commit to obtain, prior to the Commencement Date of the Contract (i.e. 1st April 2016), the levels of insurance cover indicated below:
a) Employer’s (Compulsory) Liability Insurance 10 000 000 GBP (in relation to any one claim or series of claims);
b) Public Liability Insurance 10 000 000 GBP (in relation to any one claim or series of claims); and.
III.1.3)Technical and professional ability
Technical capacity — means of proof required
Information and formalities necessary for evaluating if requirements are met:
Economic operators are asked to provide evidence of relevant experience and references in accordance with the requirements set out within Sections 6, of the Selection Questionnaire (available to download at:https://www.yortender.co.uk/procontract/supplier.nsf, or available at the address set out in Section 1 of this Notice.
Economic operators must provide details of up to three (3) contracts, in any combination from either the public or private sector, that are relevant to the Council’s requirement and that have been performed during the past three(3) years.
See Sections 6.1 of the Selection Questionnaire (available to download at (available to download at:https://www.yortender.co.uk/procontract/supplier.nsf, or is available at the address set out in Section 1 of this Notice):
Section 6 — Technical and Professional Ability:
Responses to Section 6 will be scored as follows:
PASS — The Service Provider has provided EITHER:
1. at least one example of a previous contract that meets the minimum requirements set out in Section 6, and demonstrates to the reasonable satisfaction of the Authority that the Service Provider possesses the relevant general technical expertise and professional experience to be entrusted with the Authority’s Contract;
OR
2. a satisfactory reason as to why the Service Provider is unable to provide any examples of previous contracts that are relevant to the Authority’s requirements under this procurement that meets the minimum requirements set out in Question 6.3.
However, Applicants are asked to note that:
5 / 6
(i) If Applicants need to use more than one example to demonstrate that they possess the relevant general technical expertise and professional experience, they may do so up to a maximum of three (3) examples.
(ii) The Authority reserves the right to confirm the accuracy of any information provided in response to Section 6 with any named customer contact(s).
(iii) Any replies from any named customer contact(s) which lead the Authority, acting reasonably, to doubt any significant representations made in the Applicant’s responses to Section 6 may result in exclusion.
FAIL — The Applicant:
1. has failed to provide any examples of any previous contracts in response to Section 6 AND has failed to provide a satisfactory reason as to why they were unable to provide any examples;
OR
2. the examples given in response to Section 6 do NOT demonstrate to the satisfaction of the Authority that the Service Provider possesses the relevant general technical expertise and professional experience to be entrusted with the Authority’s Contract.
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
Kirklees Council Physical Resources & Procurement,
1st Floor, Civic Centre III, Huddersfield, HD1 2TG
Information about authorised persons and opening procedure:
Representatives of Kirklees Corporate Procurement Team and Kirklees Audit Team.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.4.1)Review body
London
United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for review procedures:
In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework agreement), Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contracts Regulations 2015 (SI 2015/102), the contracting authority will incorporate a minimum ten (10)calendar day standstill period at the point that information on the conclusion of the Framework Agreement is communicated to tenderers. This period allows any unsuccessful tenderer(s) to seek further debriefing from the contracting authority before the conclusion of the Framework Agreement. Such additional information should be requested from the address at I.1 of this notice. If an appeal regarding the conclusion of the Framework Agreement has not been successfully resolved, then the Public Contracts Regulations 2015 (SI 2015/102)provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court(England, Wales and Northern Ireland). Any such action must be started within thirty(30) days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had risen.The Court may extend the time limited for starting proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than three (3) months after that date. Where the Framework Agreement has not been concluded, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If however the Framework Agreement has been concluded, the Court may only award damages or,where the contract award procedures have not been followed correctly, declare the Framework Agreement to be ineffective.
VI.5)Date of dispatch of this notice:
Related Posts
Grounds Maintenance Services Warwickshire
Environmental Services Contract – Northampton Borough Council
Isle of Anglesey County Council Grounds Maintenance Term Service Contract 2017 – 2021
Landscaping and Associated Services Framework Greater Manchester
Grounds Maintenance Contract Edinburgh 2017 – 2019