Contract

Herbicidal Treatment

  • Falkirk Council

F03: Contract award notice

Notice identifier: 2024/S 000-040465

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

Published 16 December 2024, 2:58pm



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.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

Framework agreement award for the provision of Herbicidal Treatment of Adoptive Roads & Footpaths within the following Falkirk Council Areas of Operations.

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.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £250,000

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

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(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.

two.2.5) Award criteria

Quality criterion - Name: Qualitative / Weighting: 30

Price - Weighting: 70

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 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

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: 2024/S 000-024429


Section five. Award of contract

Contract No

PS/361/24

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 November 2024

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 5

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Complete Weed Control (Scotland South East) Limited

69 Swinhill Road, Swinhill

Larkhall

ML9 2TX

Country

United Kingdom

NUTS code
  • UKM - Scotland
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Countrywide Grounds Maintenance

Kirklands, Kirkinch,, By Meigle

Blairgowrie

PH12 8SL

Country

United Kingdom

NUTS code
  • UKM7 - Eastern Scotland
The contractor is an SME

No

five.2.3) Name and address of the contractor

R&D Spray Services Ltd

Waulkmill, Milnathort.

Kinross

KY13 0RJ

Country

United Kingdom

NUTS code
  • UKM77 - Perth & Kinross and Stirling
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £250,000


Section six. Complementary information

six.3) Additional information

1. All bidders were 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. All bidders were required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

3. All bidders were required to confirm whether they 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. All bidders were required to confirm whether they 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. All bidders were required to confirm whether they 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".

(SC Ref:785965)

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