Tender

Landscape Construction Framework Agreement 2024-28

  • Birmingham City Council

F02: Contract notice

Notice identifier: 2024/S 000-001406

Procurement identifier (OCID): ocds-h6vhtk-042d7a

Published 16 January 2024, 11:26am



Section one: Contracting authority

one.1) Name and addresses

Birmingham City Council

Woodcock Street

Birmingham

B4 7WB

Contact

Corporate Procurement Services

Email

etendering@birmingham.gov.uk

Country

United Kingdom

NUTS code

UKG31 - Birmingham

Internet address(es)

Main address

www.finditinbirmingham.com

Buyer's address

www.in-tendhost.co.uk/birminghamcc

one.3) Communication

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

www.in-tendhost.co.uk/birminghamcc

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.in-tendhost.co.uk/birminghamcc

Tenders or requests to participate must be submitted to the above-mentioned address

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

Landscape Construction Framework Agreement 2024-28

Reference number

P1197

two.1.2) Main CPV code

  • 45112700 - Landscaping work

two.1.3) Type of contract

Works

two.1.4) Short description

The Council wishes to establish a Framework Agreement for the provision of landscape construction works to improve and maintain green spaces on land owned by the Council. The framework agreement will be open for use by other public sector bodies, primarily contracting authorities in the west midlands region. The Framework Agreement will last for four 4 years (unless terminated under agreement provisions).The Framework Agreement will be split into two Lots, each Lot will be awarded on the following basis: Lot 1 – Landscape Construction Works• For the provision of new landscape construction works to improve and maintain green spaces on land owned by the Council.• Up to five suppliers will be awarded onto the framework agreement.Lot 2 – Landscape Repairs and Maintenance Works• For the provision of repairs and maintenance to improve and maintain green spaces on land owned by the Council.• Up to three suppliers will be awarded onto the framework agreement.

two.1.5) Estimated total value

Value excluding VAT: £9,600,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Landscape Construction Works

Lot No

1

two.2.2) Additional CPV code(s)

  • 45112700 - Landscaping work
  • 71500000 - Construction-related services
  • 45112720 - Landscaping work for sports grounds and recreational areas
  • 45112723 - Landscaping work for playgrounds
  • 45342000 - Erection of fencing
  • 45112710 - Landscaping work for green areas
  • 45233222 - Paving and asphalting works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45232452 - Drainage works

two.2.3) Place of performance

NUTS codes
  • UKG3 - West Midlands
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1 - Landscape Construction works include and are not limited to:• Asphalt surfacing• Tar spray and chip• Brick paving• Retaining walls• Fencing• Ground works• Drainage• Top soiling• Planting• Supply and installation of play equipment• Games courts

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Landscape Repairs and Maintenance Works

Lot No

2

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 45232451 - Drainage and surface works
  • 45259000 - Repair and maintenance of plant
  • 77211500 - Tree-maintenance services
  • 45111240 - Ground-drainage work
  • 45232452 - Drainage works
  • 45236290 - Repair work on recreational areas

two.2.3) Place of performance

NUTS codes
  • UKG3 - West Midlands
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2 Repairs and Maintenance works include and are not limited to:• Small path repair works• Fencing repairs• Safety surfacing repairs• Small planting schemes• Drainage repairs and minor plumbing works

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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


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

Details will be provided in tender documentation.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 5

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Will not exceed 4 years

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

20 February 2024

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

20 February 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The contracting authority considers that this framework agreement may be suitable for economic operators that are small or medium enterprises (SMEs). For the avoidance of doubt, the contracting authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit pre-qualifications or in assessing the most economically advantageous tender. The contracting authority is seeking to establish the framework agreement as available also for use by or on behalf of UK public sector bodies (and their statutory successors and organisations created as a result of re-organisation or organisational changes). These will include: - Local Authorities i.e. a local authority as defined in Regulation 3(2) to (5) of the Public Contracts Regulations 2015. - Registered Providers (a list can be found at www.housingnet.co.uk); - NHS Bodies i.e. Acute Trusts, Ambulance Trusts, Primary Care trusts, Care trusts, NHS Hospital trusts, Strategic Health Authorities, Mental Health Trusts, Special Health authorities (a list of such authorities and trusts can be found at http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx ); - Police and Emergency Services authorities i.e. fire authorities, fire and rescue authorities (a list if fire authorities can be found at www.fireservice.co.uk/information/ukfrs ), police authorities and the Metropolitan Police Authority as defined by Regulations 3 (1)(j) to (p) of the Regulations;- Educational establishments i.e. schools maintained by local authorities, Academies, City Technology Colleges, further education establishments and Universities; - Central Government Departments and their Agencies (a list of Executive Agencies can be found at www.cabinetoffice.gov.uk/resource-library/government-ministers-and-responsibilities ); - Non Departmental Public Bodies (a list of NDPBs can be found at Annex A to the Public Bodies Directory 2009 published by the Cabinet Office which can be found at www.civilservice.gov.uk/about/resources/ndpb ); - Registered charities (a list can be found at www.charity-commission.gov.uk)If you are interested in quoting please click on the following link to access Birmingham City Council’s tender Portal:-. https://in-tendhost.co.uk/birminghamcc/ and submit your details to register as a bidder. We will send you a log on and password so you can download the Invitation to Tender document and supporting information; your completed ITT should be returned by 1200hrs on 20th February 2024 using the Supplier Portal.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

Country

United Kingdom