Tender

Open Space Maintenance - Framework

  • Clydebank Housing Association Limited

F02: Contract notice

Notice identifier: 2023/S 000-036761

Procurement identifier (OCID): ocds-h6vhtk-03f588

Published 14 December 2023, 11:09am



Section one: Contracting authority

one.1) Name and addresses

Clydebank Housing Association Limited

77-83 Kilbowie Road

Clydebank

G81 1BL

Contact

Jack Devlin

Email

Info@clydebank-ha.org.uk

Telephone

+44 1419411044

Country

United Kingdom

NUTS code

UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

Internet address(es)

Main address

http://www.clydebank-ha.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA16462

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

http://www.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Other type

Housing Association

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Open Space Maintenance - Framework

two.1.2) Main CPV code

  • 77314000 - Grounds maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Open Space Maintenance Framework 2024 – 2028

two.1.5) Estimated total value

Value excluding VAT: £500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

two.2.4) Description of the procurement

The service is Open Space Maintenance to approximately 20 areas, generally the works will comprise the regular Open Space Maintenance of grassed areas, rough grassed areas, shrub beds, isolated trees and woodland in accordance with a maintenance schedule which will be attached to the main contract documents.

The Contract consists of 16 visits between 1st march and 31st October and monthly visits over winter 1st November and 28th February (4 visits). It also includes for 20 visits for gritting works to 4 schemes when weather is recorded to be below 0.5 degrees.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50%

Cost criterion - Name: Cost of Service / Weighting: 50%

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The contract will be 24 months contract with option of 2 x single year extensions to a maximum of 48 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

two.2.14) Additional information

See attached ITT


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

As stated in the "ITT - SPD & Price Quality Method Statement & Scoring Evaluation - OSM Final"

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

As stated in the "ITT - SPD & Price Quality Method Statement & Scoring Evaluation - OSM Final"

three.2.2) Contract performance conditions

KPIs as per the Contract Documents

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: 2

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-024478

four.2.2) Time limit for receipt of tenders or requests to participate

Date

22 January 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

22 January 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: As per the "ITT - SPD & Price Quality Method Statement & Scoring Evaluation - OSM Final"

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

Number of Contractors for the Framework

This Framework will have a maximum of 2 providers appointed to the framework. The highest-ranking bidder will not have exclusive rights on any of the works under this framework. The Association reserve the right to award works to 2nd ranked contractor as required. The Association reserve the right to directly award works to the 1st and 2nd ranked contractor as they wish. The Association reserves the right to issues works to any the two (2) successful contractors as they determine is applicable for their needs as though the framework was unranked.

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=753261.

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.

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 per the Contract Documents

(SC Ref:753261)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

1 Carlton Place

Glasgow

G5 9TW

Country

United Kingdom