Tender

Grounds Maintenance Contract 2021-26

  • Comhairle nan Eilean Siar

F02: Contract notice

Notice identifier: 2021/S 000-000095

Procurement identifier (OCID): ocds-h6vhtk-0287a5

Published 5 January 2021, 11:24am



Section one: Contracting authority

one.1) Name and addresses

Comhairle nan Eilean Siar

Council Offices, Sandwick Road

Stornoway

HS1 2BW

Email

contracts@cne-siar.gov.uk

Telephone

+44 1851600501

Country

United Kingdom

NUTS code

UKM64 - Na h-Eileanan Siar (Western Isles)

Internet address(es)

Main address

http://www.cne-siar.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00262

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Grounds Maintenance Contract 2021-26

two.1.2) Main CPV code

  • 77314000 - Grounds maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Grounds maintenance services in the Western Isles area

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM64 - Na h-Eileanan Siar (Western Isles)
Main site or place of performance

Western Isles

two.2.4) Description of the procurement

Grounds maintenance services in the Western Isles

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Price - Weighting: 80

two.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

A new contract will be put in place prior to this contract ending.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Additional sites may be added (or removed) throughout the contract period.

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Contactor must have ROSPA accredited staff undertaking play equipment inspections.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Must have, or confirm that you will obtain prior to award of contract:

5 million GBP Employer's Liability Insurance

5 million GBP Public Liability Insurance

Minimum level(s) of standards possibly required

Must have, or confirm that you will obtain prior to award of contract:

5 million GBP Employer's Liability Insurance

5 million GBP Public Liability Insurance

three.1.3) Technical and professional ability

List and brief description of selection criteria

Tenderers must provide 1 example of a contract they have been awarded of similar scope and size in the last 3 years which demonstrates they have previous relevant experience. This must include contact details for reference purposes.

Tenderers must hold a Waste Carrier's Licence.

Tenderers must provide details of the average annual manpower for the last three years.

Tenderers must provide details of the number of managerial staff for the last three years.

Tenderers must provide details of relevant tools, plant or technical equipment available to you in relation to this procurement exercise.

Tenderers must provide details of the proportion (i.e. percentage) of the contract that they intend to subcontract.

Tenderers must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum

Or

Provide a copy of their current Health and Safety Policy.

Tenderers must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate

Or

Provide a copy of their current Environmental Management Policy.

Minimum level(s) of standards possibly required

Tenderers must provide 1 example of a contract they have been awarded of similar scope and size in the last 3 years which demonstrates they have previous relevant experience. This must include contact details for reference purposes.

Tenderers must hold a Waste Carrier's Licence.

Tenderers must provide details of the average annual manpower for the last three years.

Tenderers must provide details of the number of managerial staff for the last three years.

Tenderers must provide details of relevant tools, plant or technical equipment available to you in relation to this procurement exercise.

Tenderers must provide details of the proportion (i.e. percentage) of the contract that they intend to subcontract.

Tenderers must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum

Or

Provide a copy of their current Health and Safety Policy.

Tenderers must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate

Or

Provide a copy of their current Environmental Management Policy.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

5 February 2021

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

5 February 2021

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 4 months prior to this contract ending.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Please refer to the tender documents on Project_17626 on PCS-Tender for further information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17626. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Successful tenderers will be expected to provide Community Benefits. They will be asked prior to award of contract to provide details of the Community Benefits they intend to provide as a result of being awarded the contract. Any tenderer unreasonably refusing to provide any community benefit may not be awarded the contract.

(SC Ref:638783)

six.4) Procedures for review

six.4.1) Review body

Stornoway Sheriff Court

9 Lewis Street

Stornoway

HS1 2JF

Email

stornoway@scotcourts.gov.uk

Telephone

+44 1851702231

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

This authority will incorporate a minimum of 10 calendar days standstill period at the point where the intention to award the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. If an appeal regarding the award of contract has not been successfully resolved the Public Contracts (Scotland) Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rule to take action in the Sheriff Court or Court of Session. Any such action must be brought promptly (generally within 30 days from when the tenderer knew, or ought to have known, that there were grounds for challenge).