Surrey Heath Borough Council: Parks and Grounds Maintenance Services

  Surrey Heath Borough Council has published this notice through Delta eSourcing

Notice Summary
Title: Parks and Grounds Maintenance Services
Notice type: Contract Notice
Authority: Surrey Heath Borough Council
Nature of contract: Supplies
Procedure: Restricted
Short Description: This contract will include the following areas; An all-encompassing park warden service for our flagship sites including groundsmen. Pavilion Maintenance and cleaning Cleaning of the Borough’s public conveniences Maintenance and inspections of our playgrounds, skate parks and outdoor gyms Sports pitch upkeep and maintenance; 3G pitch Grass football pitches Rugby pitch Bowls greens Cricket squares and outfields 9-hole miniature golf course Grass, landscape and ornamental area maintenance Ornamental Ponds and Water Areas Weed control Grass verges and roundabout maintenance on highways Ground level tree work including shrub and hedge maintenance Tree Inspections
Published: 31/01/2018 12:50

View Full Notice

UK-Camberley: Horticultural services.
Section I: Contracting Authority
      I.1) Name and addresses
             Surrey Heath Borough Council
             Surrey Heath House, Knoll Road, Camberley, GU15 3HD, United Kingdom
             Email: Julia.Woodbridge@surreyheath.gov.uk
             Contact: Julia Woodbridge
             Main Address: www.Surreyheath.gov.uk
             NUTS Code: UKJ25
      I.2) Joint procurement
      The contract involves joint procurement: No.
      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: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=300088101
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=300088101 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 Grounds Maintenance Services       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      77300000 - Horticultural services.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: This contract will include the following areas;

An all-encompassing park warden service for our flagship sites including groundsmen.
Pavilion Maintenance and cleaning
Cleaning of the Borough’s public conveniences
Maintenance and inspections of our playgrounds, skate parks and outdoor gyms
Sports pitch upkeep and maintenance;
3G pitch
Grass football pitches
Rugby pitch
Bowls greens
Cricket squares and outfields
9-hole miniature golf course
Grass, landscape and ornamental area maintenance
Ornamental Ponds and Water Areas
Weed control
Grass verges and roundabout maintenance on highways
Ground level tree work including shrub and hedge maintenance
Tree Inspections       
      II.1.5) Estimated total value:
      Value excluding VAT: 3,525,000       
      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: 4
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lot 1 - All encompassing (Lot 2, 3 and 4)
Lot 2 - Parks and Countryside Grounds Maintenance Contract
Lot 3 - Pavilion and public convenience cleaning
Lot 4 - Tree Inspection works

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: All Encompassing contract that includes all the available lots       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      77314000 - Grounds maintenance services.
      
      II.2.3) Place of performance:
      UKJ25 West Surrey
      
      II.2.4) Description of procurement: This contract will include the following areas;

An all-encompassing park warden service for our flagship sites including groundsmen.
Pavilion Maintenance and cleaning
Cleaning of the Borough’s public conveniences
Maintenance and inspections of our playgrounds, skate parks and outdoor gyms
Sports pitch upkeep and maintenance;
3G pitch
Grass football pitches
Rugby pitch
Bowls greens
Cricket squares and outfields
9-hole miniature golf course
Grass, landscape and ornamental area maintenance
Ornamental Ponds and Water Areas
Weed control
Grass verges and roundabout maintenance on highways
Ground level tree work including shrub and hedge maintenance
Tree Inspections
      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: 3,525,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Potential for a 2 x 2 year extension
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
             
      Objective criteria for choosing the limited number of candidates: The objective criteria for choosing the limited number of candidate is set out in the PQQ instructions
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      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: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Grounds Maintenance       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      77314000 - Grounds maintenance services.
      
      II.2.3) Place of performance:
      UKJ25 West Surrey
      
      II.2.4) Description of procurement: This contract will include the following areas;

An all-encompassing park warden service for our flagship sites including groundsmen.
Maintenance and inspections of our playgrounds, skate parks and outdoor gyms
Sports pitch upkeep and maintenance;
3G pitch
Grass football pitches
Rugby pitch
Bowls greens
Cricket squares and outfields
9-hole miniature golf course
Grass, landscape and ornamental area maintenance
Ornamental Ponds and Water Areas
Weed control
Grass verges and roundabout maintenance on highways
Ground level tree work including shrub and hedge maintenance
      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: 3,250,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Potential for a 2 x 2 year extension
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
             
      Objective criteria for choosing the limited number of candidates: The objective criteria for choosing the limited number of candidate is set out in the PQQ instructions
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      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: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Pavillion and public toilet cleaning services       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      90900000 - Cleaning and sanitation services.
      90910000 - Cleaning services.
      
      II.2.3) Place of performance:
      UKJ25 West Surrey
      
      II.2.4) Description of procurement: This contract will include the following areas;

Pavilion Maintenance and cleaning
Cleaning of the Borough’s public conveniences
      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: 200,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Potential for a 2 x 2 year extension
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
             
      Objective criteria for choosing the limited number of candidates: The objective criteria for choosing the limited number of candidate is set out in the PQQ instructions
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      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: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: Tree Inspections contract       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      03452000 - Trees.
      
      II.2.3) Place of performance:
      UKJ25 West Surrey
      
      II.2.4) Description of procurement: Tree Inspections
      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: 75,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Potential for a 2 x 2 year extension
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
             
      Objective criteria for choosing the limited number of candidates: The objective criteria for choosing the limited number of candidate is set out in the PQQ instructions
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      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: Not provided       


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:          
      British Association of Landscape Industries (BALI) Accreditation
Arboricultural Association - Approved Contractor
LANTRA - Approved contractor
Contractor Health and Safety scheme (CHAS) - Accredited contractor
Institute of Groundsmenship (IOG)
UKAS ISO 90001 and 140001
Royal society prevention of accidents (RoSPA) accreditation
Investors in People
Or equivalent suitable alternative professional achievement.    
      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.2.2) Contract performance conditions       
      The Council may require the winning bidder to provide a form of guarantee (e.g. parent company guarantee) which will be discussed with bidders during the ITT          
      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: Yes    

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - NO    
         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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 06/03/2018 Time: 17:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 26/03/2018       
      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:
         Duration in month(s): 6
      
      

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: You will be required to download the instructions, complete and submit online the PQQ by the deadline specified in section IV2.2. The Council will not shortlist any supplier to tender where any of the reasons detailed in the public contract regulations 2015 are deemed to apply.

The council will not have any liability for any costs, fees or charges (including third party charges) by those expressing interest in and/or pre-qualifying for and /or tendering for his opportunity. No contract (whether implied or otherwise) shall exist between any bidder and the Council until such time as a contract is awarded to a successful bidder. The Council reserves the right to make any changes to the procurement as it may require at any time with no liability on its part (including a change, suspend, stop or terminate the process and not award a contract and/or to reject any or all bids at any time).
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Camberley:-Horticultural-services./9M8K47476V

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9M8K47476V
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court of England and Wales
       London, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Council will incorporate a minimum 10 calendar days standstill period (or 15 where non-electronic methods are used) at the point that an award, including the characteristics and relative advantages, the name and score of the successful tenderer; and will specify when the standstill period is expected to end or the date before which the council will not conclude the contract. If and appeal regarding the award of a contract has not been successfully resolved, the Public Contract Regulations 2015 set out the time frame within which aggrieved parties who have been harmed or are at risk of a breach of the rules ma take action in the High Court (England a, Wales and northern Ireland). Any such action must be brought within 30 days from the date when the economic operation question first knew or ought to have known that grounds for the bringing of proceedings had arisen.    
   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: 31/01/2018

Annex A


View any Notice Addenda

View Award Notice