Tender

Provision of Rural Verge Cutting

  • Fife Council

F02: Contract notice

Notice identifier: 2025/S 000-019670

Procurement identifier (OCID): ocds-h6vhtk-050e9c

Published 8 May 2025, 11:58am



Section one: Contracting authority

one.1) Name and addresses

Fife Council

Fife House, North Street

Glenrothes

KY7 5LT

Contact

Yahia Reggab

Email

yahia.reggab@fife.gov.uk

Telephone

+44 3451550000

Country

United Kingdom

NUTS code

UKM72 - Clackmannanshire and Fife

Internet address(es)

Main address

http://www.fife.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187

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/

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/

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

Provision of Rural Verge Cutting

Reference number

TW0027

two.1.2) Main CPV code

  • 77314000 - Grounds maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

This Framework is for Rural Verge Cutting within the Fife Area of the verges alongside the public roads predominantly in the rural areas - it will however, also include some grass cutting within an urban context but still within the boundaries of the Fife Council area

In addition, this Framework will contract also include Hedge Cutting (both Roadside Hedges and Amenity Hedges), Roadside Vegetation Cutting, and Vegetation Cutting in Meadow Cutting (i.e. Wild-Flower Areas), and Vegetation Cutting in Daffodil-Bulb Growing Areas.

The Framework will involve an element of ‘scavenging’ (i.e. litter picking) required in support of the cutting activities.

two.1.5) Estimated total value

Value excluding VAT: £560,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 77300000 - Horticultural services
  • 77342000 - Hedge trimming

two.2.3) Place of performance

NUTS codes
  • UKM72 - Clackmannanshire and Fife
Main site or place of performance

Fife

two.2.4) Description of the procurement

This Framework is for Provision of Rural Verge Cutting within the Fife Area of the verges alongside the public roads predominantly in the rural areas - it will however, also include some grass cutting within an urban context but still within the boundaries of the Fife Council area

In addition, this Framework will contract also include Hedge Cutting (both Roadside Hedges and Amenity Hedges), Roadside Vegetation Cutting, and Vegetation Cutting in Meadow Cutting (i.e. Wild-Flower Areas), and Vegetation Cutting in Daffodil-Bulb Growing Areas.

The Framework will involve an element of ‘scavenging’ (i.e. litter picking) required in support of the cutting activities

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Price - Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £560,000

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

Optional 12 months extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Fife Council may require additional purchases under this contract which have not been specifically detailed in the "specification" however any additional purchases will be in full accordance with the requirements of Regulation 72 of the Public Contract (Scotland) Regulations 2015.

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.1.2) Economic and financial standing

List and brief description of selection criteria

List and brief description of selection criteria:

Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.

Financial Analysis of ratios/accounts – The ratio to be used will be the ‘Current Ratio’ calculation based on Current Liabilities as a

percentage of Current Assets. If the resultant ratio is 1 or greater then no further analysis by Finance is required. Where a Tenderer does not

meet this requirement, the tenderer will be asked to provide further details to confirm why they don’t meet this requirement and the Council

may undertake additional financial checks and a qualitative judgement shall be made as to the financial capacity of the tenderer.

Insurance - GBP10M Employers Liability, GBP5.0M Public Liability and GBP0.25M Professional Indemnity and GBP2.5M Product

Liability

Vehicle Insurance: Evidence of this for Agreements where vehicles used.

Minimum level(s) of standards possibly required

List and brief description of selection criteria:

Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.

Financial Analysis of ratios/accounts – The ratio to be used will be the ‘Current Ratio’ calculation based on Current Liabilities as a

percentage of Current Assets. If the resultant ratio is 1 or greater then no further analysis by Finance is required. Where a Tenderer does not

meet this requirement, the tenderer will be asked to provide further details to confirm why they don’t meet this requirement and the Council

may undertake additional financial checks and a qualitative judgement shall be made as to the financial capacity of the tenderer.

Insurance - GBP10M Employers Liability, GBP5.0M Public Liability and GBP0.25M Professional Indemnity and GBP2.5M Product

Liability

Vehicle Insurance: Evidence of this for Agreements where vehicles used.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.Criteria for evaluation – SPD (Scotland)

will be used for the Selection Criteria.

Parts 1, 2, 3, 4 & 6 will be included. The following questions will be used in Part 4;

Section B – Economic & Financial Standing – 4B.5.1, 4B.5.2, 4B.5.3 and 4B.6

Section C – Technical & Professional Ability – 4C.1.2 & 4C.6

Section D - Quality Assurance Schemes and Environmental Management Standards – 4D.1, 4D.1.1 & 4D.1.2 AND 4D.2, 4D2.1 & 4D2.2.2

Minimum level(s) of standards required:

Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.Criteria for evaluation – SPD (Scotland)

will be used for the Selection Criteria.

Parts 1, 2, 3, 4 & 6 will be included. The following questions will be used in Part 4;

Section B – Economic & Financial Standing – 4B.5.1, 4B.5.2, 4B.5.3 and 4B.6

Section C – Technical & Professional Ability – 4C.1.2 & 4C.6

Section D - Quality Assurance Schemes and Environmental Management Standards – 4D.1, 4D.1.1 & 4D.1.2 AND 4D.2, 4D2.1 & 4D2.2.2

Minimum level(s) of standards possibly required

Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.Criteria for evaluation – SPD (Scotland)

will be used for the Selection Criteria.

Parts 1, 2, 3, 4 & 6 will be included. The following questions will be used in Part 4;

Section B – Economic & Financial Standing – 4B.5.1, 4B.5.2, 4B.5.3 and 4B.6

Section C – Technical & Professional Ability – 4C.1.2 & 4C.6

Section D - Quality Assurance Schemes and Environmental Management Standards – 4D.1, 4D.1.1 & 4D.1.2 AND 4D.2, 4D2.1 & 4D2.2.2

Minimum level(s) of standards required:

Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.Criteria for evaluation – SPD (Scotland)

will be used for the Selection Criteria.

Parts 1, 2, 3, 4 & 6 will be included. The following questions will be used in Part 4;

Section B – Economic & Financial Standing – 4B.5.1, 4B.5.2, 4B.5.3 and 4B.6

Section C – Technical & Professional Ability – 4C.1.2 & 4C.6

Section D - Quality Assurance Schemes and Environmental Management Standards – 4D.1, 4D.1.1 & 4D.1.2 AND 4D.2, 4D2.1 & 4D2.2.2


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: 2

In the case of framework agreements, provide justification for any duration exceeding 4 years:

4 years

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

9 June 2025

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

four.2.7) Conditions for opening of tenders

Date

9 June 2025

Local time

12:00pm

Place

Fife

Information about authorised persons and opening procedure

Yahia Reggab


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2028

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 . For more information see: http://www.publiccontractsscotland.gov.uk/

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. 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:

Tenderers shall provide a Community Benefits delivery plan/ methodology as part of their tender submission, fully describing how they

would intend to deliver these benefits. For more details see the tender documents.

Fair Work First is included in this requirement. For more information see the TN2 document.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29116. 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:

See the tender document

(SC Ref:797155)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court

Courthouse Whyescauseway

Kirkcaldy

KY1 1XQ

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts

(Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session