Tender

Assisted Garden Maintenance

  • Perth & Kinross Council

F02: Contract notice

Notice identifier: 2023/S 000-037492

Procurement identifier (OCID): ocds-h6vhtk-0428b8

Published 20 December 2023, 2:23pm



Section one: Contracting authority

one.1) Name and addresses

Perth & Kinross Council

2 High Street

Perth

PH1 5PH

Contact

Sarah Lang

Email

Sarahlang@pkc.gov.uk

Telephone

+44 1738475000

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

http://www.pkc.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372

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

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

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

Assisted Garden Maintenance

Reference number

PKC12602

two.1.2) Main CPV code

  • 71421000 - Landscape gardening services

two.1.3) Type of contract

Services

two.1.4) Short description

Perth & Kinross Council (‘the Council’) is seeking to appoint suitably qualified and experienced contractor to undertake the supply of Garden Maintenance for the Perth City and Perth Landward Areas.

two.1.5) Estimated total value

Value excluding VAT: £821,548

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Eastern, Scone and the Carse

Lot No

2

two.2.2) Additional CPV code(s)

  • 71421000 - Landscape gardening services

two.2.3) Place of performance

NUTS codes
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Eastern, Scone and the Carse

two.2.4) Description of the procurement

Supply of Garden Maintenance for the Perth City and Perth Landward Areas.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £34,051.60

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 will have the option of extending the Contract, either singly or in phases, for two further periods of up to 1 year each after the expiry of the initial term.

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) Description

two.2.1) Title

Letham, Hillyland, Friarton, Bridge of Earn, Abernethy

Lot No

3

two.2.2) Additional CPV code(s)

  • 71421000 - Landscape gardening services

two.2.3) Place of performance

NUTS codes
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Letham, Hillyland, Friarton, Bridge of Earn, Abernethy

two.2.4) Description of the procurement

Supply of Garden Maintenance for the Perth City and Perth Landward Areas.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £60,462.43

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 will have the option of extending the Contract, either singly or in phases, for two further periods of up to 1 year each after the expiry of the initial term.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Glenfarg, Kinross area

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) Description

two.2.1) Title

Strathearn area and Almondbank

Lot No

4

two.2.2) Additional CPV code(s)

  • 71421000 - Landscape gardening services

two.2.3) Place of performance

NUTS codes
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Strathearn area and Almondbank

two.2.4) Description of the procurement

Supply of Garden Maintenance for the Perth City and Perth Landward Areas.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £33,593.78

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 will have the option of extending the Contract, either singly or in phases, for two further periods of up to 1 year each after the expiry of the initial term.

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) Description

two.2.1) Title

Bankfoot, Birnam, Dunkeld, Stanley, Luncarty and Muirton

Lot No

1

two.2.2) Additional CPV code(s)

  • 71421000 - Landscape gardening services

two.2.3) Place of performance

NUTS codes
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Bankfoot, Birnam, Dunkeld, Stanley, Luncarty and Muirton

two.2.4) Description of the procurement

Supply of Garden Maintenance for the Perth City and Perth Landward Areas.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £31,067.18

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 will have the option of extending the Contract, either singly or in phases, for two further periods of up to 1 year each after the expiry of the initial term.

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

N/A

three.1.2) Economic and financial standing

List and brief description of selection criteria

Economic and financial standing

4B.4 Bidders will be required to state the value(s) for the following financial ratio(s):

Current Ratio (Current Assets divided by Current Liabilities)

Net Assets (Net Worth) (value per the Balance Sheet, no calculations required)

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 below:

Minimum level(s) of standards possibly required

Economic and financial standing

4B.4

The acceptable range for each financial ratio is:

Current Ratio It is expected that the ratio is equal to or greater than 1, i.e. Current Assets will equal or exceed Current Liabilities in each of the 2 years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.

Net Assets (Net Worth) It is expected that the Net Worth will be positive i.e., a Net Assets position in each of the 2 years. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.

4B.5.1

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

Public Liability Insurance = 5m GBP https://www.hse.gov.uk/pubns/hse40.pdf

three.1.3) Technical and professional ability

List and brief description of selection criteria

Technical and professional ability

4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.

4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

Quality assurance schemes and environmental management standards

Quality Management Procedures

4D.1 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

Health and Safety Procedures

The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.

OR

Environmental Management Systems

4D.2 1 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

Minimum level(s) of standards possibly required

Technical and professional ability

4C.1.2

The bidder shall include 2 examples of garden maintenance work within the last 3 years.

Quality Management Procedures

The bidder must have the following:

A, Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged.

B, A documented process demonstrating how the bidder deals with complaints.

Health and Safety

4a The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent.

4h. Documented procedures for recording accidents/incidents and undertaking follow-up action.

4j. Documented arrangements for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary.

4k. Documented arrangements for cooperating and coordination of the bidder’s work with other suppliers.

Environment Procedures

The bidder must have the following:

f. Procedures for dealing with waste (e.g. waste management plans, waste segregation, recycling etc.).

g. Documented arrangements for ensuring that any suppliers the bidder engages apply environmental protection measures that are appropriate to the work for which they are being engaged, including procedures for monitoring supplier’s environmental management arrangements and ensuring that environmental performance appropriate for the work to be undertaken is delivered throughout the whole of the bidder’s supply chain.


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

24 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: 90 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

24 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: 2029

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25720. 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:

The Council is committed to maximising Community Benefits from its Contracts. Community Benefits improve the economic, social, or environmental wellbeing of the area. Suppliers are required to support the Council with this.

More information about the Council’s approach to Community Benefits and current community requirements in the Council area can be found at our website.

Based on the estimated spend of the contract *the successful supplier will be required to deliver a minimum number of Community Benefits points in line with the Annual spend thresholds.

(SC Ref:753591)

six.4) Procedures for review

six.4.1) Review body

Perth Sheriff Court

Tay Street

Perth

PH2 8NL

Country

United Kingdom