Section one: Contracting authority
one.1) Name and addresses
Comhairle nan Eilean Siar
Council Offices, Sandwick Road
Stornoway
HS1 2BW
Telephone
+44 1851600501
Country
United Kingdom
NUTS code
UKM64 - Na h-Eileanan Siar (Western Isles)
Internet address(es)
Main address
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
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).