Scottish Enterprise Landscape Maintenance Service Contract
This tender will establish a contract to provide landscape maintenance operations on a regular basis through the growing season.
United Kingdom-Glasgow: Landscape gardening services
2017/S 158-327281
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Level 6, 2 West Regent Street
Glasgow
G2 1RW
United Kingdom
Telephone: +44 1412261000
E-mail: adam.cunningham@scotent.co.uk
NUTS code: UKM
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA17863
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Scottish Enterprise — Landscape Maintenance Service.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Scottish Enterprise (SE) is Scotland’s main economic development agency.
This tender will establish a contract to provide landscape maintenance operations on a regular basis through the growing season and winter months to a portfolio of development Affected Properties across Scotland on behalf of SE.
The contract has two Lots — Lot 1 (East Sites) and Lot 2 (West Sites) and bidders may tender for 1 or both Lots. SE anticipate that the contract will commence in November 2017 and have a duration of 3 years. SE will however retain the option of extending the contract by a further 1 year at its sole discretion.
Further details can be found elsewhere in this contract notice and within the ITT documentation.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Scottish Enterprise — Landscape Maintenance Service (Lot 1 — East)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This tender process will establish a contract to provide landscape maintenance operations on a regular basis through the growing season and winter months to a portfolio of development Affected Properties across Scotland on behalf of Scottish Enterprise (SE).
The range of services to undertaken include but are not necessarily limited to: amenity grass cutting; rough grass cutting; strimming path and road edges; weed control; hedge trimming; shrub pruning and weed control; arboricultural services (tree thinning/felling); maintenance of SUDS elements; cleaning of hardstanding areas (sweeping, leaf clearance, gully cleaning, etc); litter picking.
There will also be a requirement for task orders to implement small landscape and civil engineering services as required.
Additional ad hoc services may also be required at certain Affected Properties throughout the term of this contract and may include, but are not necessarily limited to: repairs to fences; removal of fly tipped rubbish; fitting of replacement padlocks; felling or pruning of trees at property boundaries; and treatment of non-native invasive plant species.
The full scope of services to be provided can be found within the ITT documentation.
The contract will be divided into two Lots — Lot 1 (East Sites) and Lot 2 (West Sites) and bidders may tender for one or both Lots. Each Lot will be evaluated separately.
The portfolio of Affected Properties held by SE comprises a mix of: undeveloped or underdeveloped properties; occupied industrial developments; occupied warehousing developments; and occupied offices and technology developments.
Details of the current Affected Properties within each Lot can be found within the ITT documentation.
SE anticipate that the contract will commence in November 2017 and have a duration of 3 years. SE will however retain the option of extending the contract by a further 1 year at its sole discretion.
Scottish Enterprise estimate the value of the commission for both Lots 1 and 2 over the maximum of four years to be between GBP 1 757 000 and GBP 1 990 000 (excluding VAT). Individually SE estimate the value of Lot 1 to be between GBP 607 000 and GBP 690 000 (excluding VAT); and Lot 2 to be between GBP 1 150 000 and GBP 1 300 000 (excluding VAT).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Scottish Enterprise may extend the contract by a further 12 months at its sole discretion.
II.2.10)Information about variants
II.2.11)Information about options
Scottish Enterprise may extend the contract by a further 12 months at its sole discretion.
II.2.13)Information about European Union funds
II.2.1)Title:
Scottish Enterprise — Landscape Maintenance Service (Lot 2 — West)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This tender process will establish a contract to provide landscape maintenance operations on a regular basis through the growing season and winter months to a portfolio of development Affected Properties across Scotland on behalf of Scottish Enterprise (SE).
The range of services to undertaken include but are not necessarily limited to: amenity grass cutting; rough grass cutting; strimming path and road edges; weed control; hedge trimming; shrub pruning and weed control; arboricultural services (tree thinning/felling); maintenance of SUDS elements; cleaning of hardstanding areas (sweeping, leaf clearance, gully cleaning, etc); litter picking.
There will also be a requirement for task orders to implement small landscape and civil engineering services as required.
Additional ad hoc services may also be required at certain Affected Properties throughout the term of this contract and may include, but are not necessarily limited to: repairs to fences; removal of fly tipped rubbish; fitting of replacement padlocks; felling or pruning of trees at property boundaries; and treatment of non-native invasive plant species.
The full scope of services to be provided can be found within the ITT documentation.
The contract will be divided into two Lots — Lot 1 (East Sites) and Lot 2 (West Sites) and bidders may tender for one or both Lots. Each Lot will be evaluated separately.
The portfolio of Affected Properties held by SE comprises a mix of: undeveloped or underdeveloped properties; occupied industrial developments; occupied warehousing developments; and occupied offices and technology developments.
Details of the current Affected Properties within each Lot can be found within the ITT documentation.
SE anticipate that the contract will commence in November 2017 and have a duration of 3 years. SE will however retain the option of extending the contract by a further 1 year at its sole discretion.
Scottish Enterprise estimate the value of the commission for both Lots 1 and 2 over the maximum of four years to be between GBP 1 757 000 and GBP 1 990 000 (excluding VAT). Individually SE estimate the value of Lot 1 to be between GBP 607 000 and GBP 690 000 (excluding VAT); and Lot 2 to be between GBP 1 150 000 and GBP 1 300 000 (excluding VAT).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Scottish Enterprise may extend the contract by a further 12 months at its sole discretion.
II.2.10)Information about variants
II.2.11)Information about options
Scottish Enterprise may extend the contract by a further 12 months at its sole discretion.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
Statement for 4B.1.2 — If bidding for both Lots, bidders will be required to have an average yearly turnover of a minimum of GBP 995 000 for the last 2 years. If only bidding for Lot 1, bidders will be required to have an average yearly turnover of a minimum of GBP 345 000 for the last 2 years. If only bidding for Lot 2, bidders will be required to have an average yearly turnover of a minimum of GBP 650 000 for the last 2 years.
Statement for 4B.3 — Where turnover information is not available for the period requested, the bidder will be required to state the date which they were set up or started trading.
Statement for 4B.4 — Bidders will be required to state the value(s) for the following financial ratio(s): Liquidity Ratio, greater than or equal to 0.80.
Statement for 4B.5.1 — Please confirm below whether you already have or can commit to obtain, prior to the commencement of the contract, the appropriate levels of insurance for this contract. Bidders that do not already have, or cannot commit to obtain insurances may be excluded from further participation in this procurement exercise.
Employer’s (Compulsory) Liability Insurance — GBP 10 000 000
Public Liability Insurance
Professional Indemnity Insurance.
III.1.3)Technical and professional ability
Statement for 4C.1.2 — Bidders will be required to provide 2 examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. These will be evaluated on a PASS/FAIL basis. Pass equals providing 2 examples detailing relevant experience to deliver the service. Fail equals failure to provide 2 examples detailing relevant experience to deliver the service. Bidders can submit examples in a separate document to allow room to provide details of the service provided.
III.2.2)Contract performance conditions:
Please see ITT documentation.
III.2.3)Information about staff responsible for the performance of the 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
Section VI: Complementary information
VI.1)Information about recurrence
Scottish Enterprise publishes an annual forward plan of anticipated procurement activity. The recurrence of this contract is envisaged as being included within the plan for 2020/21.
VI.3)Additional information:
Dates and other information contained in this notice are communicated as being indicative only and may be subject to change. The contracting authority does not bind itself to accept the lowest or any offer. The contracting authority reserves the right to accept part of one or more offers. The contracting authority will not be liable for any costs incurred by those expressing an interest in or tendering for this contract. Compliance with all relevant legislation is required during the tendering process and the terms of any resulting contract. Bidders may be required to attend for interview. Any contract awarded will be subject to the law of Scotland. The contracting authority reserves the right to source the services through existing framework agreements. The contracting authority reserves the right to assign all or part of any contracts resulting from the process.
Statement for 2A.17 — Form of Participation (Notably as part of a group, consortium, joint venture or similar). Any contract will be entered into with the nominated lead organisation and all members of the consortium, who will in these circumstances each be required to execute said contract together with all ancillary documentation, evidencing their joint and several liability in respect of the obligations and liabilities of the contract. It will be for members of the consortium to sort out their respective duties and liabilities amongst each other. For administrative purposes, any associated documentation will be sent to the nominated lead organisation.
Statement for 2D.1.2 — If the bidder proposes to subcontract any part(s) of the service, they should arrange for a separate ESPD response from each potential subcontractor (only Part II, Sections A and B, and Part III need to be completed for potential subcontractors however).
Statement for 4D.1, 4D.1.1 and 4D.1.2 — Bidders should address the quality assurance part of this question by confirming whether they will be able to produce certificates drawn up by independent bodies (e.g. ISO 9001 certification) attesting that the bidder complies with the required quality assurance standards. The part of the question relating to disabled persons is not relevant on this occasion.
Statement for 4D.2, 4D.2.1 and 4D.2.2 — Bidders should address this question by confirming whether they will be able to produce certificates drawn up by independent bodies (e.g. ISO 14001 certification) attesting that the bidder complies with the required quality assurance standards.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=502056.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:502056)
Download the ESPD document here: http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=502056
VI.4.1)Review body
Atrium Court, 50 Waterloo Street
Glasgow
G2 6HQ
United Kingdom
Telephone: +44 8456078787Internet address:https://www.scottish-enterprise.com/
VI.4.2)Body responsible for mediation procedures
Atrium Court, 50 Waterloo Street
Glasgow
G2 6HQ
United Kingdom
Telephone: +44 8456078787Internet address:http://www.scottish-enterprise.com/
VI.4.3)Review procedure
In the first instance, bidders with any concerns should contact the Head of Procurement & Facilities Management — Philip Martin — enquiries@scotent.co.uk.
VI.4.4)Service from which information about the review procedure may be obtained
Atrium Court, 50 Waterloo Street
Glasgow
G2 6HQ
United Kingdom
Telephone: +44 8456078787Internet address:http://www.scottish-enterprise.com/
VI.5)Date of dispatch of this notice:
Related Posts
Grounds Maintenance Services Tender Northern Ireland
Grounds Maintenance Services Contract Buckinghamshire
Grounds Maintenance Services Contract South East of England
Norfolk Educational Services Grounds Maintenance Contract
Grounds Maintenance Services Tender Shropshire