UK-Esher: planting and maintenance services of green areas

Source By: http://www.theconstructionindex.co.uk

UK-Esher: planting and maintenance services of green areas

Directive 2004/18/EC

Section I: Contracting authority

I.1) Name, addresses and contact point(s)

For the attention of: Telephone: E-mail: Elmbridge Borough CouncilCivic Centre, High Street Adrian Osborne KT10 9SD Esher UNITED KINGDOM +44 1372474130 aosborne@elmbridge.gov.uk Internet address(es): General address of the contracting authority:www.elmbridge.gov.uk Further information can be obtained from: The above mentioned contact point(s) Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2) Type of the contracting authority

Regional or local authority

I.3) Main activity

General public services Environment Economic and financial affairs Housing and community amenities Recreation, culture and religion

I.4) Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes Woking Borough Council Gloucester Square GU21 6YLWoking UNITED KINGDOM Mole Valley District Council Pippbrook RH4 1SJDorking UNITED KINGDOM

Section II: Object of the contract

II.1) Description

II.1.1) Title attributed to the contract by the contracting authority:

Framework for the maintenance of highway verges and weed control.

II.1.2) Type of contract and location of works, place of delivery or of performance

Services Service category No 27: Other services Main site or location of works, place of delivery or of performance: Elmbridge, Surrey. NUTS code UKJ23Surrey

II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

The notice involves the establishment of a framework agreement

II.1.4) Information on framework agreement

Framework agreement with several operators maximum number of participants to the framework agreement envisaged: 10 Duration of the framework agreementDuration in years: 4 Estimated total value of purchases for the entire duration of the framework agreement Estimated value excluding VAT: Range: between 200 000,00 and 950 000,00 GBP

II.1.5) Short description of the contract or purchase(s)

LOT 1: verge maintenance. Lot 2: weed control. See tender documents for full details.

II.1.6) Common procurement vocabulary (CPV)

77310000 Planting and maintenance services of green areas 77312100 Weed-killing services 77312000 Weed-clearance services 77314000 Grounds maintenance services 77314100 Grassing services 77315000 Seeding services 77300000 Horticultural services 45233229 Verge maintenance work

II.1.7) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): no

II.1.8) Lots

This contract is divided into lots: yes Tenders may be submitted for one or more lots

II.1.9) Information about variants

Variants will be accepted: no

II.2) Quantity or scope of the contract

II.2.1) Total quantity or scope:

Lot 1: verge maintenance: grass cut: highway verge – urban: 447 857 square metres. grass cut: highway verge – rural: 154 464 square metres. Other ‘Non-Scheduled’ services as required. Lot 2: weed control: to be undertaken on around 317km of hard surfaces, such as kerbed streets, road channels and pavements, and soft areas within the borough. Weed control shall be undertaken by both mechanical and chemical means. * Tenderers should note that they are not required to tender for both lots; tenders can be submitted for either lot or both lots. If tendering for both lots, please note that tenders for each lot will be evaluated independently of each other. The Framework Agreement will be primarily for the use of Elmbridge Borough Council (‘the Council’). However, the following other contracting bodies (‘OCBs’) bodies may in the future wish to make use of any Framework Agreement resulting from this invitation to tender: Woking Borough Council; Mole Valley District Council. OCBs may call off services via a call-off contract following a ‘Mini-Competition’ based on Specification/s supplied by the OCBs. Providers shall supply the Services to the OCB as detailed in the Call-Off Contract, in accordance with the terms and conditions set out in Framework Agreement. Please note that the estimated total value of purchases for the entire duration of the framework agreement stated in II.1.4 is in respect of Elmbridge Borough Council only. It is envisaged that a total of 5 providers (i.e. the 5 highest scoring tenderers) will be appointed to the Framework Agreement for each lot. If fewer than 5 tenders are received for either lot, all successful tenderers will be offered admission to the Agreement for that lot.Estimated value excluding VAT: Range: between 200 000,00 and 950 000,00 GBP

II.2.2) Information about options

Options: yes Description of these options: Framework Agreement will run for an initial period of 12 months. Elmbridge Borough Council may extend the agreement by up to a further 3 years.

II.2.3) Information about renewals

This contract is subject to renewal: no

II.3) Duration of the contract or time limit for completion

Starting 1.4.2012. Completion 31.3.2016

Information about lots

Lot No: 1 Lot title: Verge maintenance

1) Short description

Highway verge maintenance.

2) Common procurement vocabulary (CPV)

77314000 Grounds maintenance services 77310000 Planting and maintenance services of green areas 77314100 Grassing services 77315000 Seeding services77300000 Horticultural services 45233229 Verge maintenance work

3) Quantity or scope

Grass Cut: highway verge – urban: 447 857 square metres. Grass cut: highway verge – rural: 154 464 square metres. Other ‘Non-Scheduled’ services as required. It is envisaged that a total of 5 providers (i.e. the 5 highest scoring tenderers) will be appointed to the Framework Agreement for lot 1. If fewer than 5 tenders are received, all successful tenderers will be offered admission to the Agreement for this lot. Estimated value excluding VAT: Range: between 200 000,00 and 825 000,00 GBP

4) Indication about different date for duration of contract or starting/completion

5) Additional information about lots

Tenderers should note that they are not required to tender for both lots; tenders can be submitted for either lot or both lots. If tendering for both lots, please note that tenders for each Lot will be evaluated independently of each other. Lot No: 2 Lot title: Weed control

1) Short description

Weed control.

2) Common procurement vocabulary (CPV)

77312000 Weed-clearance services 77312100 Weed-killing services

3) Quantity or scope

To be undertaken on around 317km of hard surfaces, such as kerbed streets, road channels and pavements, and soft areas within the borough. Weed control shall be undertaken by both mechanical and chemical means. It is envisaged that a total of five providers (i.e. the five highest scoring tenderers) will be appointed to the Framework Agreement for lot 2. If fewer than 5 tenders are received, all successful tenderers will be offered admission to the Agreement for this lot. Estimated value excluding VAT: Range: between 30 000,00 and 125 000,00 GBP

4) Indication about different date for duration of contract or starting/completion

5) Additional information about lots

Tenderers should note that they are not required to tender for both lots; tenders can be submitted for either lot or both lots. If tendering for both lots, please note that tenders for each lot will be evaluated independently of each other.

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract

III.1.1) Deposits and guarantees required:

III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

III.1.4) Other particular conditions

The performance of the contract is subject to particular conditions: yes Description of particular conditions: See tender documents.

III.2) Conditions for participation

III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

III.2.2) Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: See tender documents. Minimum level(s) of standards possibly required: See tender documents.

III.2.3) Technical capacity

Information and formalities necessary for evaluating if the requirements are met: See tender documents. Minimum level(s) of standards possibly required: See tender documents.

III.2.4) Information about reserved contracts

III.3) Conditions specific to services contracts

III.3.1) Information about a particular profession

Execution of the service is reserved to a particular profession: no

III.3.2) Staff responsible for the execution of the service

Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1) Type of procedure

IV.1.1) Type of procedure

Open

IV.1.2) Limitations on the number of operators who will be invited to tender or to participate

IV.1.3) Reduction of the number of operators during the negotiation or dialogue

IV.2) Award criteria

IV.2.1) Award criteria

The most economically advantageous tender in terms of the criteria stated below 1. Lot 1. Scheduled services – arisings cleared. Weighting 35 2. Lot 1. Scheduled services – arisings remaining. Weighting 35 3. Lot 1. Resources. Weighting 20 4. Lot 1. Proximity of depot to Borough boundary. Weighting 5 5. Lot 1. Response time for non-scheduled services. Weighting 5 6. Lot 2. Price. Weighting 100

IV.2.2) Information about electronic auction

An electronic auction will be used: no

IV.3) Administrative information

IV.3.1) File reference number attributed by the contracting authority:

1606

IV.3.2) Previous publication(s) concerning the same contract

no

IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document

Time limit for receipt of requests for documents or for accessing documents: 13.1.2012 – 12:00 Payable documents: no

IV.3.4) Time limit for receipt of tenders or requests to participate

16.1.2012 – 12:00

IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates

IV.3.6) Language(s) in which tenders or requests to participate may be drawn up

English.

IV.3.7) Minimum time frame during which the tenderer must maintain the tender

in days: 90 (from the date stated for receipt of tender)

IV.3.8) Conditions for opening tenders

Date: 16.1.2012 – 12:01 Place: Civic Centre, Elmbridge Borough Council. Persons authorised to be present at the opening of tenders: yes Additional information about authorised persons and opening procedure: Representatives of Elmbridge Borough Council.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: no

VI.2) Information about European Union funds

The contract is related to a project and/or programme financed by European Union funds: no

VI.3) Additional information

For the avoidance of doubt, the Council will not be bound by any statutory time limits as this is a contract opportunity which for the purposes of the Public Contracts Regulations 2006 is a part B service and therefore not subject to the full extent of these Regulations.

VI.4) Procedures for appeal

VI.4.1) Body responsible for appeal procedures

Elmbridge Borough Council Civic Centre High Street KT10 9SD Esher UNITED KINGDOM

VI.4.2) Lodging of appeals

Precise information on deadline(s) for lodging appeals: For the avoidance of doubt, for the purposes of the Public Contracts Regulations 2006 this is a contract opportunity for a part B Service and the Council is not obliged to comply with the ‘Standstill’. requirements of these Regulations. However, the Council shall incorporate a 10 day standstill period as a matter of good practice. Acceptance of a tender by the Council shall be communicated in writing to the successful tenderer. All unsuccessful tenderers shall receive written notification of the Council’s decision. The notice will include: the award criteria and corresponding scores; the reasons for the decision, including the characteristics and relative advantages of the successful tenderers; if the bid is held not to be compliant with any technical specification, the reasons for that decision; the name of the party to be awarded the contract; a precise statement of when the standstill period is expected to end and the date after which the contract may be entered into. Applicants will have the duration of the standstill period to ask further questions or bring proceedings. Such information should be sought from the contact named in Section 1.1 of this notice. It should be noted that the Council is now automatically obliged to refrain from entering into a contract when proceedings are brought in respect of an award decision and the Framework Agreement has not been concluded. The tenderer must serve the legal claim form on the Council (in accordance with rules of court) that represents the formal trigger for the Council to suspend the award. The automatic suspension remains in force until either the court terminates the suspension or the proceedings come to an end.

VI.4.3) Service from which information about the lodging of appeals may be obtained

VI.5) Date of dispatch of this notice:

14.12.2011

Comments are closed.

Sites