Section one: Contracting authority
one.1) Name and addresses
Perth & Kinross Council
2 High Street
Perth
PH1 5PH
Contact
Lesley Ann Cassidy
Telephone
+44 1738475000
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
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
www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
PKC11543 Amenity Greenspace Framework
Reference number
PKC11543
two.1.2) Main CPV code
- 77300000 - Horticultural services
two.1.3) Type of contract
Services
two.1.4) Short description
Perth & Kinross Council (‘the Council’) is seeking to appoint suitably qualified and experienced contractors for maintenance, repair and minor construction within Amenity Greenspace.
two.1.5) Estimated total value
Value excluding VAT: £2,130,000
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
Emergency Tree
Lot No
4
two.2.2) Additional CPV code(s)
- 77211300 - Tree-clearing services
- 77211400 - Tree-cutting services
- 77211500 - Tree-maintenance services
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Perth and Kinross Council Area
two.2.4) Description of the procurement
1.1 Perth & Kinross Council (‘the Council’) is seeking to appoint suitably qualified and experienced contractors for maintenance, repair and minor construction within Amenity Greenspace.
Lot 4 - Emergency Tree
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
3 year contract with 12 month extension period
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
Estimated value including extension period
3 year contract with 12-month extension period
two.2) Description
two.2.1) Title
Vegetation Control for Structures
Lot No
5
two.2.2) Additional CPV code(s)
- 44212320 - Miscellaneous structures
- 77211300 - Tree-clearing services
- 77300000 - Horticultural services
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Perth and Kinross Council Area
two.2.4) Description of the procurement
1.1 Perth & Kinross Council (‘the Council’) is seeking to appoint suitably qualified and experienced contractors for maintenance, repair and minor construction within Amenity Greenspace.
Lot 5 - Vegetation Control for Structures
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £80,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
3 year contract with a 12-month extension period
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
Estimated value includes extension period
3-year contract with 12-month extension
two.2) Description
two.2.1) Title
Vegetation Control for Watercourses
Lot No
6
two.2.2) Additional CPV code(s)
- 77211300 - Tree-clearing services
- 77300000 - Horticultural services
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Perth and Kinross Council Area
two.2.4) Description of the procurement
1.1 Perth & Kinross Council (‘the Council’) is seeking to appoint suitably qualified and experienced contractors for maintenance, repair and minor construction within Amenity Greenspace.
Lot 6 - Vegetation Clearance for Watercourses
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £80,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
3-year contract with 12-month extension
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
Estimated contract value includes extension period
3-year contract with 12-month extension period
two.2) Description
two.2.1) Title
Artificial Pitches
Lot No
7
two.2.2) Additional CPV code(s)
- 45212290 - Repair and maintenance work in connection with sports facilities
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Perth and Kinross Council Area
two.2.4) Description of the procurement
1.1 Perth & Kinross Council (‘the Council’) is seeking to appoint suitably qualified and experienced contractors for maintenance, repair and minor construction within Amenity Greenspace.
Lot 7 - Artificial Pitches
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
3-year contract with a 12-month extension period available
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
Estimated value includes the extension period
3-year contract with 12-month extension period
two.2) Description
two.2.1) Title
Minor Construction
Lot No
8
two.2.2) Additional CPV code(s)
- 45262520 - Bricklaying work
- 77314000 - Grounds maintenance services
- 77314100 - Grassing services
- 39293300 - Artificial grass
- 45233251 - Resurfacing works
- 34928200 - Fences
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Perth and Kinross Council Area
two.2.4) Description of the procurement
1.1 Perth & Kinross Council (‘the Council’) is seeking to appoint suitably qualified and experienced contractors for maintenance, repair and minor construction within Amenity Greenspace.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
3-year contract with a 12-month extension period
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
Estimated value includes extension period
3-year contract with 12-month extension period
two.2) Description
two.2.1) Title
Roadside Scrub
Lot No
9
two.2.2) Additional CPV code(s)
- 45111220 - Scrub-removal work
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Perth and Kinross Council Area
two.2.4) Description of the procurement
1.1 Perth & Kinross Council (‘the Council’) is seeking to appoint suitably qualified and experienced contractors for maintenance, repair and minor construction within Amenity Greenspace.
Lot 9 - Roadside Scrub
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £70,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
3-year contract with a 12-month extension period
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
Estimated value includes extension period
3-year contract with 12-month extension period
two.2) Description
two.2.1) Title
Day Works
Lot No
1
two.2.2) Additional CPV code(s)
- 34928200 - Fences
- 45262520 - Bricklaying work
- 45112700 - Landscaping work
- 45442100 - Painting work
- 77300000 - Horticultural services
- 37410000 - Outdoor sports equipment
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Perth and Kinross Council area
two.2.4) Description of the procurement
Perth & Kinross Council (‘the Council’) is seeking to appoint suitably qualified and experienced contractors for maintenance, repair and minor construction within Amenity Greenspace.
Lot 1 - Dayworks
two.2.5) Award criteria
Quality criterion - Name: quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
3 year contract plus 12 month extension
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
Estimated value includes extension period
3 year contract plus 12 month extension
two.2) Description
two.2.1) Title
Cemetery Works
Lot No
2
two.2.2) Additional CPV code(s)
- 45215400 - Cemetery works
- 98371111 - Cemetery maintenance services
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Perth & Kinross Council area
two.2.4) Description of the procurement
Perth & Kinross Council (‘the Council’) is seeking to appoint suitably qualified and experienced contractors for maintenance, repair and minor construction within Amenity Greenspace.
Lot 2 - Cemetery works
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
3 year contract plus 12 month extension
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
Estimated value includes extension period
3 year contract plus 12 month extension
two.2) Description
two.2.1) Title
Weed Control
Lot No
3
two.2.2) Additional CPV code(s)
- 77312100 - Weed-killing services
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Perth and Kinross Council area
two.2.4) Description of the procurement
Perth & Kinross Council (‘the Council’) is seeking to appoint suitably qualified and experienced contractors for maintenance, repair and minor construction within Amenity Greenspace.
Lot 3 - weed control
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
3 years plus 1 year extension available
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
Estimated value includes extension period
3 years plus 1 year extension available
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
4B.4 Bidders will be required to state values for the following for the last two financial years:
1. Current Ratio (Current Assets divided by Current Liabilities)
2. Net Assets (Net Worth) (value per the Balance Sheet, no calculations required)
4B.5.1 The bidder confirms they already heave or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below.
Minimum level(s) of standards possibly required
4B.4 The acceptable range is:
1. Current Ratio - it is expected that the ratio is equal to or greater than 1, i.e. Current Assets will equal or exceed Current Liabilities for both years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.
2. Net Assets (Net Worth) - it is expected that the Net Worth will be positive, i.e. a Net Assets position for both years. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.
4B.5.1 Insurance requirements:
Employer’s (Compulsory) Liability = 10 million GBP
Public Liability = 5 million GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1 Please provide relevant examples of works carried out in the past five years
4C.6 Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications.
4C.8.1 Bidders will be required to provide details of the average annual manpower for the last three years.
4C.8.2 Bidders will be required to provide details of the number of managerial staff for the last three years.
4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
4D.1 Quality Management Procedures
4D.1 Health & Safety Procedures
4D.2 Environmental Management
Minimum level(s) of standards possibly required
4C.1 Please provide relevant examples of works carried out in the past five years relevant to the work you are applying for to cover each work type, for example one for tree work will cover emergency tree work and vegetation control for structures and watercourses. The 5 examples can cover all lots being bid for; each lot should have a minimum of 1 example.
4C.6
Lot 2: NAMM, BRAMMS or equivalent
Lot 3: PA1 and PA6 in pesticide application
4C.8.1 Bidders will be required to provide details of the average annual manpower for the last three years.
4C.8.2 Bidders will be required to provide details of the number of managerial staff for the last three years.
4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
4D.1 Quality Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),
OR
2. The bidder must be able to provide documented evidence of their Quality Management policies and procedures as detailed in section 10 of the Instructions for Tenderers document.
4D.1 HEALTH AND SAFETY PROCEDURES
1. The bidder 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,
2. The bidder must be able to provide documented evidence of their Health and Safety policies and procedures as detailed in section 10 of the Instructions for Tenderers document.
4D.2 Environmental Management Standards
1 The Bidder 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
2. The bidder must be able to provide documented evidence of their Quality Management policies and procedures as detailed in section 10 of the Instructions for Tenderers document.
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: 67
In the case of framework agreements, provide justification for any duration exceeding 4 years:
n/a
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
23 February 2024
Local time
12:00pm
Changed to:
Date
8 March 2024
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
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
23 February 2024
Local time
12:00pm
Place
Perth
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25869. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community benefits are included in this requirement, more information on community benefits can be found in the instructions for tenderers document.
(SC Ref:755872)
six.4) Procedures for review
six.4.1) Review body
Perth Sheriff Court
County Building, Tay Street
Perth
PH2 8NL
Country
United Kingdom