London Boroughs of Richmond and Wandsworth is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Parks and Open Spaces Framework Agreement |
Notice type: | Contract Notice |
Authority: | London Boroughs of Richmond and Wandsworth |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The London Borough of Richmond upon Thames has a local and national reputation for quality and leadership in the delivery of excellent parks. The Council is implementing a framework for the provision of services related to Parks and Open Spaces. Tenderers will be able to bid for a single or multiple lots. . The estimated total value for Richmond is GBP18690000 The estimated total value for Participating Body is GBP32520000 |
Published: | 14/02/2017 12:35 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The London Borough of Richmond Upon Thames
Civic Centre, 44 York Street, Twickenham, TW1 3BZ, United Kingdom
Tel. +44 2088917396, Email: dionne.morgan@richmond.gov.uk
Contact: Dionne Morgan
Main Address: https://www.richmond.gov.uk/procurement
NUTS Code: UKI22
I.2) Joint procurement
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Twickenham:-Parks-maintenance-services./J36G7PZA5U
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Parks and Open Spaces Framework Agreement
Reference Number: Not provided
II.1.2) Main CPV Code:
77313000 - Parks maintenance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The London Borough of Richmond upon Thames has a local and national reputation for quality and leadership in the delivery of excellent parks.
The Council is implementing a framework for the provision of services related to Parks and Open Spaces. Tenderers will be able to bid for a single or multiple lots.
.
The estimated total value for Richmond is GBP18690000
The estimated total value for Participating Body is GBP32520000
II.1.5) Estimated total value:
Value excluding VAT: 51,210,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Amenity Landscape Services
Lot No: 1
II.2.2) Additional CPV codes:
77313000 - Parks maintenance services.
II.2.3) Place of performance:
UKI22 Outer London - South
II.2.4) Description of procurement: Lot 1 covers the most visible and defining aspects of parks and includes operations required in the provision of horticulture, sport and other grounds maintenance services.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,530,714
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: The value quoted above is the value for the first contractual year.
II.2) Description Lot No. 2
II.2.1) Title: Arboriculture Services
Lot No: 2
II.2.2) Additional CPV codes:
77211500 - Tree-maintenance services.
II.2.3) Place of performance:
UKI22 Outer London - South
II.2.4) Description of procurement: Lot 2 is concerned with the management of all trees. Highways, Parks and Open Spaces, Allotments, Woodlands, Conservation sites, Tow Paths and Islands and Closed Cemeteries.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 2,431,600
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: The value quoted above is the value for the first contractual year.
II.2) Description Lot No. 3
II.2.1) Title: Oak Processionary Moth Control
Lot No: 3
II.2.2) Additional CPV codes:
77231200 - Forest pest control services.
II.2.3) Place of performance:
UKI22 Outer London - South
II.2.4) Description of procurement: Lot 3 is concerned with but not limited to; Survey, Spray, Removal and any other service or commodity the Authority deems appropriate for Oak Processionary Moth Control services.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 75,300
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: The value quoted above is the value for the first contractual year.
II.2) Description Lot No. 4
II.2.1) Title: Play Area Inspection & Maintenance Services
Lot No: 4
II.2.2) Additional CPV codes:
50870000 - Repair and maintenance services of playground equipment.
II.2.3) Place of performance:
UKI22 Outer London - South
II.2.4) Description of procurement: Lot 4 is concerned with but not limited to the following activities: Repair and Maintenance, Routine Inspections, Operational inspections, Annual Inspections and any other service or commodity the Authority deems appropriate for this Lot.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 175,900
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: The value quoted above is the value for the first contractual year.
II.2) Description Lot No. 5
II.2.1) Title: Parks Patrol Services
Lot No: 5
II.2.2) Additional CPV codes:
79715000 - Patrol services.
II.2.3) Place of performance:
UKI22 Outer London - South
II.2.4) Description of procurement: Lot 5 is concerned with but not limited to, the following activities: Site Patrolling, education and enforcement, Liaison with friends groups, SNT and local police, daily gate locking/ unlocking services and any other service or commodity the Authority deems appropriate for this Lot.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 164,500
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The call off contract period can be extended up to a further four (4) years.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: The value quoted above is the value for the first contractual year.
II.2) Description Lot No. 6
II.2.1) Title: Event Services
Lot No: 6
II.2.2) Additional CPV codes:
79952000 - Event services.
II.2.3) Place of performance:
UKI22 Outer London - South
II.2.4) Description of procurement: Lot 6 is concerned with but not limited to the following activities:
but not limited to, the following activities:
Provision of professional advice to officers and Members on booking and staging events in Parks and on Highways, Planning, programming and producing events of all sizes and types, Chairing and running Event Safety Advisory Group, Review and implement events policy, Administer booking system and process event hires and permits, Advising on developing parks as venues and attracting new business to increase income, and any other service or commodity the Authority deems appropriate for this Lot.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 70,900
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: The value quoted above is the value for the first contractual year.
II.2) Description Lot No. 7
II.2.1) Title: Exterior Planing Services
Lot No: 7
II.2.2) Additional CPV codes:
77310000 - Planting and maintenance services of green areas.
II.2.3) Place of performance:
UKI22 Outer London - South
II.2.4) Description of procurement: Lot 7 is concerned with but not limited to the following activities: Supply, maintenance and watering of baskets, troughs and barrier boxes, and any other service or commodity the Authority deems appropriate for this Lot.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 47,500
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: The value quoted above is the value for the first contractual year.
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
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:
as set out in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
as set out in the procurement documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2016/S 249 - 457856
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 27/03/2017 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 27/03/2017
Time: 12:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
The Council also wishes to enable other local authorities to benefit from this procurement and as such the Council is intending to set up a framework agreement through which other local authorities in the London area and in the South East region (Participating Authorities) may call off. The Council is acting as a central purchasing body through which the Participating Bodies may wish to procure substantially similar services to those included in the framework agreement. There is no obligation on the Participating Authorities to participate and the Council gives no guarantee or warranty as to the nature or volume of the services, if any, to be called off or the number of Participating Authorities taking part. However it is intended that the Participating Authorities should be able to rely on this procurement to purchase such services without the need for any further procurement process. The duration of the individual call off contracts will not necessarily be limited to the four year term but the term will be governed by the subject matter of the call off contract concerned. The material terms of the call off shall be the same as for the main contract subject to the right to make specific amendments in respect of an individual call off.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Twickenham:-Parks-maintenance-services./J36G7PZA5U
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/J36G7PZA5U
VI.4) Procedures for review
VI.4.1) Review body:
The London Borough of Richmond Upon Thames
Civic Centre, 44 York Street, Twickenham, TW1 3BZ, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 14/02/2017
Annex A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
refer to IV.3
refer to IV.3, refer to IV.3, IV.3, United Kingdom
Email: dionne.morgan@richmond.gov.uk
Main Address: www.richmond.gov.uk
NUTS Code: UKI22