Section one: Contracting authority
one.1) Name and addresses
Cloch Housing Association
19 Bogle Street
Greenock
PA15 1ER
Contact
Paul McColgan
paulmccolgan@clochhousing.org.uk
Telephone
+44 1475783647
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from another address:
A.D.A Construction Consultants Ltd
Pavilion 3, St James Business Park, Linwood Road
Paisley
PA3 3BB
Contact
Alan Shanks
Telephone
+44 1418160184
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
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
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Other type
Registered Social Landlord
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Cloch Housing Association - Landscape Maintenance Contract 2021-2023
two.1.2) Main CPV code
- 71421000 - Landscape gardening services
two.1.3) Type of contract
Services
two.1.4) Short description
The Contract will principally comprise litter picking, grass cutting and leaf collection landscape maintenance services to existing properties and common landscaped areas throughout Greenock, Inverkip and Port Glasgow, Inverclyde to the areas detailed within the Landscape Architects tender drawings. The Contract may also include tree maintenance services, tree and stump removal works, and repairs to existing damaged grass areas.
The Contract is also envisaged to include landscape maintenance services to private house or cottage flat gardens of Cloch Housing Association’s customers through a ‘Garden Tidy Scheme’. The approximate current annual cost of the Garden Tidy Scheme is 16913GBP excluding VAT.
The commencement date for the Measured Term Contract is currently estimated to be 1st April 2021 and the completion date is 31st March 2024.
Subject to satisfactory performance of the Contractor, which will be assessed through measurement of the Key Performance Indicator’s (Refer Tender Document F), it is intended that the Contract will be extended on an annual basis by a maximum of two further years until 2026. Orders for future landscape maintenance services may be placed by Cloch Housing Association during Years Four and Five, or at any point until expiry of the Measured Term Contract (maximum of five years from the date of entering into the Contract).
two.1.5) Estimated total value
Value excluding VAT: £543,565
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
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Greenock, Inverkip and Port Glasgow, Inverclyde
two.2.4) Description of the procurement
The procurement is being undertaken in accordance with Regulation 28 'Open Procedure' of the Public Contracts (Scotland) Regulations 2015.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £543,565
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
May take up option of twelve month extensions up to a maximum of two further years (2024-2026) at an estimated value 108713 GBP (excluding VAT) per annum.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
SPD (Scotland) Version 1 Question2D.1.2- Bidders must provide a separate SPD response (Sections A and B of this Part and Part III) for each subcontractor.
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
4A.2 - Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Question 4B.1.1 - Bidders will be required to have a minimum 'general' yearly turnover of 217426 GBP for the last two years.
Question 4B.1.2 - Bidders will be required to have an average yearly turnover of a minimum of 217426 GBP for the last two years.
Question 4B.3 - Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
4B.5.1 and 4B.5.2 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurances indicated below:
Employer's (Compulsory) Liability Insurance - 5,000,000 GBP Public Liability Insurance - 5,000,000 GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.8.1 - Bidders will be required to confirm their average annual manpower for the last three years.
4C.8.2 - Bidders will be required to confirm their and the number of managerial staff for the last three years.
4C.9 - Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Minimum level(s) of standards required:
SPD (Scotland), Part C Technical and Professional Ability - Bidders responses to Part C of the SPD (Scotland) will be limited to a maximum of fifteen A4 single sided pages, excluding any certification that a Bidder submits in support of their response, which must be completed in English using Arial 11 font
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The performance of the successful Bidder will be monitored through the Key Performance Indicators described within Tender Document F
Key Performance Indicators attached to this Contract Notice.
Where performance falls below the minimum acceptable level during the Contract, the successful Bidder will be required to produce a Remedial Plan for the approval of Cloch Housing Association.
Failure to produce a Remedial Plan or implement an approved Remedial Plan will be deemed to be a breach of the Contract, which may lead to the termination of the successful Bidder's Contract.
three.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
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
Originally published as:
Date
12 February 2021
Local time
12:00pm
Changed to:
Date
17 February 2021
Local time
12:00pm
See the change notice.
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
Tender must be valid until: 10 August 2021
four.2.7) Conditions for opening of tenders
Date
12 February 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2023 at the earliest if the optional 12 month extensions are not applied
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
Part IV Section C 'Technical and Professional Ability' will be scored on a pass or fail basis using the following scoring methodology; 0 - Unacceptable - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. A Tenderer which scores ‘0 – Unacceptable’ against any question may be disqualified.
1 - Poor - Response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
2 - Acceptable - Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
3 - Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
4 – Very Good - Response is largely relevant and very good. The response demonstrates a very good understanding of the requirements and provides adequate details on how the requirements will be fulfilled.
5 - Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.
A Tenderer will be required to achieve a minimum score of 2 against each Question within Part C, i.e. a score of 2 or greater shall represent a Pass whereas a score of 1 or lower will represent a Fail. Cloch Housing Association will disregard, and not evaluate the remainder
of a Tenderers bid should the Tenderer fail to achieve the minimum score of 3 (a Pass) against any of the Questions included with Part C. Part D - Quality Assurance Schemes and Environmental Management Standards. Please refer to Tender Document E 'Standardised Statements' when completing Part IV Section D 'Quality assurance schemes and environmental management standards'
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=641056.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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:
A summary of the expected community benefits has been provided within Tender Document J attached to the Contract Notice.
(SC Ref:641056)
six.4) Procedures for review
six.4.1) Review body
Greenock Sheriff Court and Justice of the Peace Court
Greenock
Country
United Kingdom