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
natalie.dalgoutte@scotent.co.uk
Telephone
+44 1412261000
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
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
six.4.2) Body responsible for mediation procedures
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
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
SPOEprocurement@scotland.gsi.gov.uk
Telephone
+44 1412425466
Country
United Kingdom
Internet address
http://www.gov.scot/Topics/Government/Procurement/Selling/supplier-enquiries