Tender

PKC11543 Amenity Greenspace Framework

  • Perth & Kinross Council

F02: Contract notice

Notice identifier: 2024/S 000-002189

Procurement identifier (OCID): ocds-h6vhtk-042f1e

Published 23 January 2024, 10:31am



The closing date and time has been changed to:

8 March 2024, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Perth & Kinross Council

2 High Street

Perth

PH1 5PH

Contact

Lesley Ann Cassidy

Email

lacassidy@pkc.gov.uk

Telephone

+44 1738475000

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

http://www.pkc.gov.uk

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