Opportunity

Road & Pavement Weed Spraying

  • Aberdeen City Council

F02: Contract notice

Notice reference: 2021/S 000-003261

Published 18 February 2021, 11:56am



Section one: Contracting authority

one.1) Name and addresses

Aberdeen City Council

Woodhill House, Westburn Road

Aberdeen

AB16 5GB

Email

cpssprocurement@aberdeencity.gov.uk

Telephone

+44 1467530600

Country

United Kingdom

NUTS code

UKM50 - Aberdeen City and Aberdeenshire

Internet address(es)

Main address

http://www.aberdeencity.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00231

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

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

Road & Pavement Weed Spraying

two.1.2) Main CPV code

  • 77312100 - Weed-killing services

two.1.3) Type of contract

Services

two.1.4) Short description

The provision of Road and Pavement Weed Spraying

two.1.5) Estimated total value

Value excluding VAT: £304,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 77312000 - Weed-clearance services
  • 77312100 - Weed-killing services

two.2.3) Place of performance

NUTS codes
  • UKM50 - Aberdeen City and Aberdeenshire

two.2.4) Description of the procurement

The Service to be provided is the spraying of weeds with herbicide on adopted roads and pavements within the City of Aberdeen on 2 occasions per year. The first spray will start during May and the second in August.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10

Price - Weighting: 90

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

The Council may decide to extend the contract for a further one year (12 months)

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

4A.1 Please provide your Certificate of Incorporation

three.1.2) Economic and financial standing

List and brief description of selection criteria

4B.5.1 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated:

Public Liability (Third Party) Insurance to the value of 5,000,000GBP (for each and every occurrence)

Employers Liability Insurance to a Value of not less than the statutory minimum (for each and every occurrence).

Motor Vehicle Insurance appropriate for business use.

The Authority will use the independent credit scoring organisation, Creditsafe, to check the financial status of the Bidders and may involve further detailed financial checking/assessment

Minimum level(s) of standards possibly required

Public Liability (Third Party) Insurance to the value of 5,000,000GBP (for each and every occurrence)

Employers Liability Insurance to a Value of not less than the statutory minimum (for each and every occurrence).

Motor Vehicle Insurance appropriate for business use.

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C.1.2 Bidders will be required to provide three examples that demonstrate that they have the relevant experience to deliver the services/supplies as described.

4C.6 Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:

[Insert minimum requirements for educational and professional qualifications]

4D.1 The bidder must have a documented policy (UKAS or equivalent) (regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.

The bidder must have a regularly reviewed and documented (UKAS or equivalent) policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation.

You must meet any health and safety requirements placed upon you by law.

4D.2 The bidder must have a documented arrangements for ensuring that the bidder’s environmental management procedures are effective in reducing / preventing significant impacts on the environment. This should evidence that the bidder’s organisation’s environmental policy implementation plan provides information as to how the organisation aims to discharge relevant legal responsibilities and provides clear indication of how these arrangements are communicated to the workforce in relation to environmental matters including: sustainable materials procurement; waste management; energy management. This should include the arrangements for responding to, monitoring and recording environmental incidents and emergencies and complaints.

Minimum level(s) of standards possibly required

4C.6 Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:

All operatives must be fully trained and comply with all relevant Codes of Practice, Health and Safety guidelines and policies. All staff employed in the application of herbicides must hold the appropriate pesticide certification.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As per Tender Documentation


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

Date

22 March 2021

Local time

12:00pm

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: 36 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

22 March 2021

Local time

12:00pm


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

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=644693.

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:644693)

six.4) Procedures for review

six.4.1) Review body

Sheriff and Justice of the Peace Court Building

Aberdeen

Country

United Kingdom