Section one: Contracting authority
one.1) Name and addresses
Perth & Kinross Council
2 High Street
Perth
PH1 5PH
Contact
Sarah Lang
Telephone
+44 1738475000
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
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