Tender

Grounds Maintenance – Provision of Machinery

  • The Highland Council

F02: Contract notice

Notice identifier: 2024/S 000-003298

Procurement identifier (OCID): ocds-h6vhtk-043632

Published 1 February 2024, 9:29am



Section one: Contracting authority

one.1) Name and addresses

The Highland Council

Glenurquhart Road

Inverness

IV3 5BX

Contact

Gordon Duncan

Email

gordon.duncan@highland.gov.uk

Telephone

+44 1463702670

Country

United Kingdom

NUTS code

UKM6 - Highlands and Islands

Internet address(es)

Main address

https://www.highland.gov.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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

Grounds Maintenance – Provision of Machinery

Reference number

HC/C&P/GM/2025

two.1.2) Main CPV code

  • 16310000 - Mowers

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Highland Council requires a single Contractor for the provision of pedestrian, small, medium and high output industrial mowers, on a full maintenance hire basis annually from 01 April 2025 until November 2029. This date shall be subject to one or two weeks potentially on either side of this date depending on how the season develops. The basic requirement of this Contract is to have well maintained large commercial mowers available to the Authority’s Grounds Maintenance teams, with minimal interruption to productivity throughout the grass-cutting season. The Contractor shall use their professional expertise and skill to provide and support their Machinery effectively within the Authority, by means of timeous repair of breakdowns, or the rapid deployment of substitute Machinery. The Contractor shall prepare a maintenance programme detailing when maintenance shall be undertaken.

The Contractor must be able to provide all of the required 50 machines and be able to service all 9 geographic areas.

two.1.5) Estimated total value

Value excluding VAT: £2,750,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 16310000 - Mowers
  • 16311000 - Lawnmowers
  • 16311100 - Lawn, park or sports-ground mowers
  • 77112000 - Hire of mowers or agricultural equipment with operator
  • 77314000 - Grounds maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM6 - Highlands and Islands
Main site or place of performance

There are 9 principal operational bases plus small local depots.

- Caithness, Sutherland, Easter Ross, Mid and West Ross, Skye and Lochalsh, Inverness, Nairn, Badenoch and Strathspey, Lochaber

two.2.4) Description of the procurement

The Highland Council requires a single Contractor for the provision of pedestrian, small, medium and high output industrial mowers, on a full maintenance hire basis annually from 01 April 2025 until November 2029. This date shall be subject to one or two weeks potentially on either side of this date depending on how the season develops.

The basic requirement of this Contract is to have well maintained large commercial mowers available to the Authority’s Grounds Maintenance teams, with minimal interruption to productivity throughout the grass-cutting season. The Contractor shall use their professional expertise and skill to provide and support their Machinery effectively within the Authority, by means of timeous repair of breakdowns, or the rapid deployment of substitute Machinery. The Contractor shall prepare a maintenance programme detailing when maintenance shall be undertaken.

The Contractor must be able to provide all of the required 50 machines and be able to service all 9 geographic areas.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

3 February 2025

End date

30 November 2029

This contract is subject to renewal

No

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

Mandatory Provisions:

Tenderers must confirm that they can supply all 50 Machines

Tenderers must confirm that they can Service all 9 geographic areas

Quality Assurance:

You must hold a Quality Assurance certificate in accordance with BS EN ISO 9001 (or equivalent).

OR

Present a documented policy regarding quality management. The policy must:

- set out responsibilities for quality management

- be proportionate to the work to be undertaken,

- be signed by your Chief Executive, or equivalent,

- schedule the next review

Noise & Vibration:

Provide evidence of the safety of equipment in relation to noise and vibration and emission levels of equipment. Particularly in regards to operator exposure to cumulative risk.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Insurance:

Tenderers must have a minimum:

- 5,000,000 GBP Employers Liability Insurance (where applicable),

- 5,000,000 GBP Public Liability Insurance.

Minimum level(s) of standards possibly required

Insurance:

Tenderers must have a minimum:

- 5,000,000 GBP Employers Liability Insurance (where applicable),

- 5,000,000 GBP Public Liability Insurance.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Experience:

2 Examples of providing an equivalent service during the last three years.

Minimum level(s) of standards possibly required

2 Examples of providing an equivalent service during the last three years.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The Tender must hold a documented policy regarding the following values:

- Environmental Wellbeing and measures,

- Fair Work Practices Including” Real” Living Wage (including gender pay gap reporting),

- Equalities/Inclusion,

- Prompt Payment in The Supply Chain (Duty to Report).


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

4 March 2024

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

four.2.7) Conditions for opening of tenders

Date

4 March 2024

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25895. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

As part of this Contract, the Contractor must work towards achieving the following Community Benefits:

1) Project Specific Community Benefit Objectives, including:

- Job creation

- Apprentice/ Trainee Opportunities

- Developing the workforce

- School Engagement Activities

2) Communities, Community Groups, and Community Projects Support

The Contractor is required to report updates on the progress against each of the community benefits and submit to the Council's Amenities Team by 31 January and 31 July each year. Updates shall be cascaded to project stakeholders and the public through the Council's communications.

(SC Ref:756452)

six.4) Procedures for review

six.4.1) Review body

Local Sheriff Court

Inverness

Country

United Kingdom