Tender

Landscaping Services For Scottish Enterprise Investment Properties

  • Scottish Enterprise c/o Colliers International

F02: Contract notice

Notice identifier: 2022/S 000-001952

Procurement identifier (OCID): ocds-h6vhtk-030e39

Published 24 January 2022, 9:04am



The closing date and time has been changed to:

8 March 2022, 11:00am

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Scottish Enterprise c/o Colliers International

Level 6, 2 West Regent Street

Glasgow

G2 1RW

Contact

Natalie Dalgoutte

Email

natalie.dalgoutte@scotent.co.uk

Telephone

+44 1412261000

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.colliers.com

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA17863

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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 the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

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

one.4) Type of the contracting authority

Regional or local Agency/Office

one.5) Main activity

Economic and financial affairs


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Landscaping Services For Scottish Enterprise Investment Properties

Reference number

P22-0044

two.1.2) Main CPV code

  • 71421000 - Landscape gardening services

two.1.3) Type of contract

Services

two.1.4) Short description

Scottish Enterprise (SE) is Scotland's main economic development agency.

This tender will establish a contract to provide landscape maintenance operations on a regular basis through the growing season and winter months to a portfolio of development Affected Properties across Scotland on behalf of SE.

The contract has two Lots - Lot 1 (East Sites) and Lot 2 (West Sites) and bidders may tender for one or both Lots. SE anticipate that the contract will commence in April 2022 and have a duration of 3 years. SE will however retain the option of extending the contract by a further three periods of 12-months at its sole discretion.

Further details can be found elsewhere in this contract notice and within the ITT documentation.

two.1.5) Estimated total value

Value excluding VAT: £2,421,000

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

East

Lot No

1

two.2.2) Additional CPV code(s)

  • 71421000 - Landscape gardening services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This tender process will establish a contract to provide landscape maintenance operations on a regular basis through the growing season and winter months to a portfolio of development Affected Properties across Scotland on behalf of Scottish Enterprise (SE).

The range of services to be undertaken include but are not limited to: amenity grass cutting; rough grass cutting; strimming path and road edges; weed control; hedge trimming; shrub pruning and weed control; arboricultural services (tree thinning/felling); maintenance of SUDS elements; cleaning of hardstanding areas (sweeping, leaf clearance, gully cleaning, etc); litter picking.

Additional ad hoc services may also be required at certain Affected Properties throughout the term of this contract and may include, but are not necessarily limited to; repairs to fences; removal of fly tipped rubbish; fitting of replacement padlocks; felling or pruning of trees at property boundaries; and treatment of non-native invasive plant species.

The full scope of services to be provided can be found within the ITT documentation.

The contract will be divided into two Lots - Lot 1 (East Sites) and Lot 2 (West Sites) and bidders may tender for one or both Lots. Each Lot will be evaluated separately.

Details of the current Affected Properties within each Lot can be found within the ITT documentation.

SE anticipate that the contract will commence in April 2022 and have a duration of 3 years. SE will however retain the option of extending the contract by a further three periods of 12-months at its sole discretion.

Scottish Enterprise estimate the value of the commission for both Lots 1 and 2 over the maximum of three years and three further periods of 12-months extensions to be between GBP1,694,700 and GBP2,421,000 including VAT. Individually SE estimates the maximum total value of Lot 1 to be between GBP593,145 and GBP847,350 (including VAT); and Lot 2 to be between GBP1,101,555 and GBP1,573,650 (including VAT).

two.2.5) Award criteria

Quality criterion - Name: Methodology including Innovation (equipment to be used, approach to land management, proposed techniques/opportunities from site visits, staff training, legislation alignment etc) / Weighting: 45

Quality criterion - Name: Sustainability (include information on chemicals, rewilding opportunities, use of waste materials, litter segregation/recycling, vehicle emission reduction, etc.) / Weighting: 25

Quality criterion - Name: Planning and Reporting / Weighting: 15

Quality criterion - Name: Fair Work First / Weighting: 15

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £847,350

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

Scottish Enterprise may extend the contract by a further three periods of 12-months at its sole discretion.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Scottish Enterprise may extend the contract by a further 12-months at its sole discretion.

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

West

Lot No

2

two.2.2) Additional CPV code(s)

  • 71421000 - Landscape gardening services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This tender process will establish a contract to provide landscape maintenance operations on a regular basis through the growing season and winter months to a portfolio of development Affected Properties across Scotland on behalf of Scottish Enterprise (SE).

The range of services to be undertaken include but are not limited to: amenity grass cutting; rough grass cutting; strimming path and road edges; weed control; hedge trimming; shrub pruning and weed control; arboricultural services (tree thinning/felling); maintenance of SUDS elements; cleaning of hardstanding areas (sweeping, leaf clearance, gully cleaning, etc); litter picking.

Additional ad hoc services may also be required at certain Affected Properties throughout the term of this contract and may include, but are not necessarily limited to; repairs to fences; removal of fly tipped rubbish; fitting of replacement padlocks; felling or pruning of trees at property boundaries; and treatment of non-native invasive plant species.

The full scope of services to be provided can be found within the ITT documentation.

The contract will be divided into two Lots - Lot 1 (East Sites) and Lot 2 (West Sites) and bidders may tender for one or both Lots. Each Lot will be evaluated separately.

Details of the current Affected Properties within each Lot can be found within the ITT documentation.

SE anticipate that the contract will commence in April 2022 and have a duration of 3 years. SE will however retain the option of extending the contract by a further three periods of 12-months at its sole discretion.

Scottish Enterprise estimate the value of the commission for both Lots 1 and 2 over the maximum of three years and three further periods of 12-months extensions to be between GBP1,694,700 and GBP2,421,000 including VAT. Individually SE estimates the maximum total value of Lot 1 to be between GBP593,145 and GBP847,350 (including VAT); and Lot 2 to be between GBP1,101,555 and GBP1,573,650 (including VAT).

two.2.5) Award criteria

Quality criterion - Name: Methodology including Innovation (equipment to be used, approach to land management, proposed techniques/opportunities from site visits, staff training, legislation alignment etc) / Weighting: 45

Quality criterion - Name: Sustainability (include information on chemicals, rewilding opportunities, use of waste materials, litter segregation/recycling, vehicle emission reduction, etc.) / Weighting: 25

Quality criterion - Name: Planning and Reporting / Weighting: 15

Quality criterion - Name: Fair Work First / Weighting: 15

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,573,650

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

Scottish Enterprise may extend the contract by a further three periods of 12-months at its sole discretion.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Scottish Enterprise may extend the contract by a further three periods of 12-months at its sole discretion.

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.2) Conditions related to the 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

28 February 2022

Local time

11:00am

Changed to:

Date

8 March 2022

Local time

11:00am

See the change notice.

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

English

four.2.7) Conditions for opening of tenders

Date

28 February 2022

Local time

11:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

SPD Statement for 2A.17 – Form of Participation (Notably as part of a group, consortium, joint venture or similar).

Any contract will be entered into with the nominated lead organisation and all members of the consortium, who will in these circumstances each be required to execute said contract together with all ancillary documentation, evidencing their joint and several liability in respect of the obligations and liabilities of the contract. It will be for members of the consortium to sort out their respective duties and liabilities amongst each other. For administrative purposes, any associated documentation will be sent to the nominated lead organisation.

SPD Statement for 2C.1 - Where the main bidder relies on the capacities of other entities in order to meet the selection criteria, the bidder must provide a separate SPD response setting out the information required under SPD (Scotland): Part II (sections A and B); Part III exclusion grounds; the relevant part of Section IV selection criteria; and Part V (if applicable) for each of the entities concerned.

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=680566.

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.

(SC Ref:680566)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=680566

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

Sheriff Clerk’s Office, PO Box 23, 1 Carlton Place,

Glasgow

G5 9DA

Telephone

+44 1414298888

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court

six.4.2) Body responsible for mediation procedures

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

Email

SPOEprocurement@scotland.gsi.gov.uk

Telephone

+44 1412425466

Country

United Kingdom

Internet address

http://www.gov.scot/Topics/Government/Procurement/Selling/supplier-enquiries

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In the first instance, contact the Head of Facilities Management and Procurement at Scottish Enterprise, with any concerns or enquiries. Email: https://www.scottish-enterprise.com/help/contact-us.

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015, may bring proceedings that will be started in the High Court.

six.4.4) Service from which information about the review procedure may be obtained

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

Email

SPOEprocurement@scotland.gsi.gov.uk

Telephone

+44 1412425466

Country

United Kingdom

Internet address

http://www.gov.scot/Topics/Government/Procurement/Selling/supplier-enquiries