Ground Maintenance Services

A Tender Notice
by FALKIRK COUNCIL

Source
Find a Tender
Type
Framework (Services)
Duration
4 year
Value
£750K
Sector
ENVIRONMENT
Published
11 Mar 2024
Delivery
01 Aug 2024 to 31 Jul 2028
Deadline
15 Apr 2024 11:00

Concepts

Location

Falkirk Council's area of Operations

Geochart for 2 buyers and 0 suppliers

2 buyers

Description

Falkirk Council wishes to undertake a tendering process to enter into a framework agreement with suitably experienced contractors for the provision of a Ground Maintenance Service within the Falkirk Council Area of Operations. The framework consist of 3 Lots, to which up to a maximum of 5 Contractors may be appointed per lot. - Lot 1: Arboriculture Services, approximate framework term Lot Value 380 000 GBP (51%) - Lot 2: Grass Cutting for Rural Area, approximate framework term Lot Value 190 000 GBP (25%) - Lot 3: Herbicides Treatment, approximate framework term Lot Value 180 000 GBP (24%)

Lot Division

1 Arboriculture Services
  • Value: £380K

Falkirk Council wishes to establish a framework agreement with suitably experienced contractors for the provision of Arboriculture Services within the Falkirk Council Area of Operations. The work will consist of a variety of different operations carried out on tagged trees. Details of the tree numbers and work required will be provided, along with plans showing locations of the numbered trees. There may also be a requirement to carry out works on untagged, non-surveyed trees. In this situation maps, descriptions of works, manual tree marking and site visits will provide information on the contracted operations to be completed. All operations should comply with British Standard BS 3998:2010 and with current industry best practice. Tree work should be effectively organized and conducted to minimize any adverse effects on the trees, the site and their surroundings.

2 Grass Cutting for Rural Area
  • Value: £190K

Falkirk Council wishes to establish a framework agreement with suitably experienced contractors for the provision of Grass Cutting Services within the Falkirk Council Area of Operations. Rural highway verges are to be cut to prevent the obstruction of sightlines, signage, prevent the establishment of self-set trees, inhibit the growth of weeds, and prevent vegetation encroaching onto footpaths and roads. Verges are located within the boundary of Falkirk Council and shown on the Ground Maintenance Service maps, numbered 1 to 23. These maps are located within the separately attached Zip Folder, (PS 259 24 - Lot 2 - Rural Verge Cutting Maps). Flood prevention channels and burns are to be cut the full width of the banking using a 7 Mtr long reach side arm flail to prevent the establishment of self-set trees, inhibit the growth of weeds and prevent vegetation encroaching and narrowing the watercourse and blocking grills. Burns are located within the boundary of Falkirk Council and shown on the Ground Maintenance Service maps, numbered 24 to 45. These maps are located within the separately attached Zip Folder, (PS 259 24 - Lot 2 - Rural Verge Cutting Maps). The contract requires up to two complete cycles of cutting to be completed between April October each year and each cycle to completed in no more than 6 weeks. The start date for each cycle to be provided by Falkirk Council’s designated Officer.

3 Herbicides Treatment
  • Value: £180K

Falkirk Council wishes to establish a framework agreement with suitably experienced contractors for the provision of a Herbicides 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 259 24 - Lot 3 - Herbicide Area Maps).

Award Criteria

qualitative 30.0
PRICE 70.0

CPV Codes

  • 77314000 - Grounds maintenance services
  • 03452000 - Trees
  • 77211300 - Tree-clearing services
  • 77211400 - Tree-cutting services
  • 77211500 - Tree-maintenance services
  • 77341000 - Tree pruning
  • 77314100 - Grassing services
  • 24453000 - Herbicides

Indicators

  • Bids should cover one or more lots.
  • Bids should cover the whole contract.
  • This is a recurring contract.
  • Renewals are not available.
  • Financial restrictions apply.
  • Performance considerations apply.
  • Professional qualifications are sought.
  • Staff qualifications are relevant.
  • Award on basis of price.

Other 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 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. Bidders will be required to confirm that they have systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance. 4. 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 5 "PS 259 24 SPD (Scotland) Standardised Statements". 5. 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 5 "PS 259 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 5 "PS 259 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=760271. 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-pr... 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 32 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:760271) Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=760271

Reference

Domains