Surrey Heath Borough Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Parks & Grounds Maintenance Services 2020 |
Notice type: | Contract Notice |
Authority: | Surrey Heath Borough Council |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | Lot 1 consisting of; An all-encompassing park warden service for our flagship sites including groundsmen. Maintenance of Surrey Heath’s parks and open spaces Pavilion Maintenance and cleaning Public Convenience Cleaning Maintenance and inspections of our playgrounds, skate parks and outdoor gyms Sports pitch upkeep and maintenance; 3G pitch Grass football pitches Rugby pitch Cricket squares and outfields 9-hole miniature golf course Grass, landscape and ornamental area maintenance Ornamental Ponds and Water Areas Sponsored roundabouts Surrey County Council Grass verges and weed control along the highway Ground level tree work including shrub and hedge maintenance Lot 2 Tree Inspections |
Published: | 24/01/2020 18:55 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Surrey Heath Borough Council
Surrey Heath House, Knoll Road, Camberley, GU15 3HD, United Kingdom
Tel. +44 1276707163, 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/tenders/UK-UK-Camberley:-Horticultural-services./FACU2VVWJ5
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 & Grounds Maintenance Services 2020
Reference Number: 299494562
II.1.2) Main CPV Code:
77300000 - Horticultural services.
FG18-3 - For use in horticulture
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Lot 1 consisting of;
An all-encompassing park warden service for our flagship sites including groundsmen.
Maintenance of Surrey Heath’s parks and open spaces
Pavilion Maintenance and cleaning
Public Convenience Cleaning
Maintenance and inspections of our playgrounds, skate parks and outdoor gyms
Sports pitch upkeep and maintenance;
3G pitch
Grass football pitches
Rugby pitch
Cricket squares and outfields
9-hole miniature golf course
Grass, landscape and ornamental area maintenance
Ornamental Ponds and Water Areas
Sponsored roundabouts
Surrey County Council Grass verges and weed control along the highway
Ground level tree work including shrub and hedge maintenance
Lot 2
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: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lot 1 - Parks and Countryside Grounds Maintenance
Lot 2 - Tree Inspection Works
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Parks and Grounds Maintenance
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: Parks and Grounds Maintenance Service to include the following;
An all-encompassing park warden service for our flagship sites including groundsmen.
Maintenance of Surrey Heath’s parks and open spaces
Pavilion Maintenance and cleaning
Public Convenience Cleaning
Maintenance and inspections of our playgrounds, skate parks and outdoor gyms
Sports pitch upkeep and maintenance;
3G pitch
Grass football pitches
Rugby pitch
Cricket squares and outfields
9-hole miniature golf course
Grass, landscape and ornamental area maintenance
Ornamental Ponds and Water Areas
Sponsored roundabouts
Surrey County Council Grass verges and weed control along the highway
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: 3,425,000
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 2x2 year extension
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: Tree Inspections
Lot No: 2
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 for all the tree stock within Surrey Heath Borough including all parks and open spaces
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: 100,000
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 2x2 year extension
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 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 - 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: 16/03/2020 Time: 10:00
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:
Duration in month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 16/03/2020
Time: 10:00
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.
You will be required to download the instructions, complete and submit online the ITT by the deadline specified in section IV2.2. The Council will not consider 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 tendering for this 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./FACU2VVWJ5
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/FACU2VVWJ5
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 an 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 may 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: 24/01/2020
Annex A