Tender

Herbicidal Treatment

  • Falkirk Council

F02: Contract notice

Notice identifier: 2024/S 000-024429

Procurement identifier (OCID): ocds-h6vhtk-04877d

Published 5 August 2024, 9:35am



Section one: Contracting authority

one.1) Name and addresses

Falkirk Council

The Foundry, 4 Central Park, Central Boulevard

Larbert

FK5 4RU

Email

CPU@falkirk.gov.uk

Telephone

+44 1324506566

Country

United Kingdom

NUTS code

UKM76 - Falkirk

Internet address(es)

Main address

http://www.falkirk.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

Herbicidal Treatment

Reference number

PS/361/24

two.1.2) Main CPV code

  • 77314000 - Grounds maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Falkirk Council wish to undertake a tendering process to enter into a framework agreement, with committed and experienced contractors for the provision of Herbicidal Treatment of Adoptive Roads & Footpaths within the Falkirk Council Area of Operations.

Key aims of the service are to provide a competitive, reliable, and customer-focused service to Place Services Ground Maintenance Department which will supplement the Council’s own in-house service. Services are to be provided within the following Falkirk Council Areas of Operation: -

1. Boness – Blackness Area

2. Airth – Grangemouth Area

3. Larbert – Stenhousemuir Area

4. Denny – Banknock Area

5. Falkirk Central Area

6. Falkirk Braes Area

two.1.5) Estimated total value

Value excluding VAT: £250,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 24453000 - Herbicides

two.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk
Main site or place of performance

Falkirk Council's area of Operations

two.2.4) Description of the procurement

Falkirk Council wishes to establish a framework agreement with suitably experienced contractors for the provision of a Herbicidal Treatment Service within the Falkirk Council Area of Operations.

The requirement will be for an initial full spray to be completed between the 1st May and 30th June annually over the term of the contract with an option of a second full spray between 1st August and 30th September annually at the discretion of the Authority. The Contractor is to allow in his price for treating all Urban Roads and Footpaths.

The contractor(s) shall carry out the spraying programme in an efficient manner all in accordance with the current provisions detailed in the Health & Safety at Work Act 1974 and The Control of Substances Hazardous to Health Regulation 2002 (COSHH) made under that Act, The Control of Pollution Act 1974, The Food and Environment Protection Act 1985 and The Control of Pesticides Regulations 1986 (amended 1997), The Water Act 1989, The Environmental Protection Act 1990, made under the Act.

Maps detailing the areas to be sprayed are located within the separately attached folder, (PS 361 24 Herbicide Area Maps).

two.2.5) Award criteria

Quality criterion - Name: Qualitative / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £250,000

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

Start date

1 December 2024

End date

30 November 2028

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

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015


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

It is a requirement of this tender that if the Bidder is UK based they must hold a valid registration with Companies House. Where the Bidder is UK based but not registered at Companies House they must be able to verify to the Council’s satisfaction that they are trading from the address provided in the tender and under the Company name given.

three.1.2) Economic and financial standing

List and brief description of selection criteria

A Credit safe credit scoring check will be ran on registered Company Name and Company Number provided by the bidder. Where the resulting Credit Rating score is less than 30/100 the bidder may be excluded from the tender process unless suitable financial information is provided that gives satisfactory assurances to the Council regarding financial risk in appointing the bidder to the contract

Minimum level(s) of standards possibly required

Minimum level(s) of standards required:

Employer’s (Compulsory) Liability Insurance = 10 Million GBP

Public Liability Insurance = 5 Million GBP

Product Liability Insurance = 5 Million GBP

Motor Insurance = 5 Million GBP

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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: 5

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

5 September 2024

Local time

11:00am

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

5 September 2024

Local time

11:00am

Place

Falkirk

Information about authorised persons and opening procedure

Tender Opening Committee comprising Council Procurement Advisor


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

1. Bidders will be required to provide 2 examples from the past 3 years that demonstrate that they have the relevant experience to deliver the services/ supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.

2. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

3. 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 provide additional supportive information as detailed within Document 4 "PS 361 24 SPD (Scotland) Standardised Statements".

4. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with ISO 45001:2018 (or equivalent) or provide additional supportive information as detailed within Document 4 "PS 361 24 SPD (Scotland) Standardised Statements".

6. 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 provide additional supportive information as detailed within Document 4 "PS 361 24 (Scotland) Standardised Statements".

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=773160.

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.

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:

All Contractors on the Framework whose cumulative level of spend is greater than 100k GBP during the term of the agreement will be required to provide at least one six-weeks (No.6) period of paid work experience. Thereafter, an additional six-week period will be required for every 100k GBP of spend recorded, as detailed within the table on page 39 of the ITT document . The contractor will be required to meet with Falkirk Council’s Employment and Training Unit to discuss implementation prior to contract start.

(SC Ref:773160)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=773160

six.4) Procedures for review

six.4.1) Review body

Falkirk Sheriff Court and Justice of the Peace

Sheriff Court House Main Street Camelon

Falkirk

FK1 4AR

Country

United Kingdom