Parks & cemetries maintenance, and tree & aboricultural maintenance.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Wandsworth Borough Council
Town Hall, Wandsworth High Street, Wandsworth
Contact point(s): Parks Office
For the attention of: Simon Cooper-Grundy
SW18 2PU London
UNITED KINGDOM
Telephone: +44 2088718117
E-mail:

Internet address(es):

Address of the buyer profile: www.wandsworth.gov.uk

Further information can be obtained from: Wandsworth Borough Council
Parks Office, Battersea Park
Contact point(s): Parks Office
For the attention of: Simon Cooper-Grundy
SW11 4NJ London
UNITED KINGDOM
Telephone: +44 2088718117
E-mail:
Internet address: www.wandsworth.gov.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Wandsworth Borough Council
Parks Office, Battersea Park
Contact point(s): Parks Office
For the attention of: Simon Cooper-Grundy
SW11 4NJ London
UNITED KINGDOM
Telephone: +44 2088718117
E-mail:
Internet address: www.wandsworth.gov.uk

Tenders or requests to participate must be sent to: Wandsworth Borough Council
Parks Office, Battersea Park
Contact point(s): Parks Office
For the attention of: Simon Cooper-Grundy
SW11 4NJ London
UNITED KINGDOM
Telephone: +44 2088718117
E-mail:
Internet address: www.wandsworth.gov.uk

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Parks & cemetries maintenance, and tree & aboricultural maintenance.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services

NUTS code UKI11

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Parks maintenance services. Grave-digging work. Building-cleaning services. Repair and maintenance work in connection with sports facilities. Sports fields maintenance services. Sports facilities operation services. Litter collection services. Patrol services. Tree-maintenance services. Tree-clearing services. Tree-cutting services. Tree pruning and hedge trimming. Tree pruning. Lot 1) Parks maintenance services: Grave-digging work. Building-cleaning services. Repair and maintenance work in connection with sports facilities. Sports fields maintenance services. Sports facilities operation services. Litter collection services. Patrol services. The routine horticultural maintenance of grass and planted areas, grave digging services in three cemeteries, the provision and maintenance of outdoor sports pitches, the provision of a sports bookings service, routine litter clearance, attending and cleansing of public toilets and some general premises cleansing and day to day maintenance. Lot 2) Tree-maintenance services. Tree-clearing services. Tree-cutting services. Tree pruning and hedge trimming. Tree pruning. the routine maintenance of the council’s trees located in its parks, commons, cemeteries, other open spaces, highway footpaths, verges and planted areas and the grounds of housing estates and some schools. This includes the provision of a seven day a week out of hours emergency service to deal with urgent tree related matters.
II.1.6)Common procurement vocabulary (CPV)

77313000, 45112410, 90911200, 45212290, 77320000, 92610000, 90511300, 79715000, 77211500, 77211300, 77211400, 77340000, 77341000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Lot 1 covers 196 Environment and Community Services sites made up of 86 parks, commons, cemeteries and other open spaces, 116 highway verges and planters, and 26 Adult and Children’s Services properties throughout the Borough. The approximate annual value of this lot is 3 000 000 GBP.
Lot 2 covers trees located in parks, commons, cemeteries, other open spaces, highway footpaths, verges and planted areas and the grounds of housing estates and some schools, as well as the provision of a seven day a week out of hours emergency service to deal with urgent tree related matters. The approximate annual value of this lot is 980 000 GBP.
Estimated value excluding VAT: 47 760 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The contracts will be for a period of eight years, with the option of a mutually agreed extension of up to four years.
Provisional timetable for recourse to these options:
in months: 96 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 48 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 144 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Parks and Cemeteries Maintenance
1)Short description
Parks maintenance services. Grave-digging work. Building-cleaning services. Repair and maintenance work in connection with sports facilities. Sports fields maintenance services. Sports facilities operation services. Litter collection services. Patrol services. The routine horticultural maintenance of grass and planted areas, grave digging services in three cemeteries, the provision and maintenance of outdoor sports pitches, the provision of a sports bookings service, routine litter clearance, attending and cleansing of public toilets and some general premises cleansing and day to day maintenance.
2)Common procurement vocabulary (CPV)

77313000, 45112410, 90911200, 45212290, 92610000, 90511300, 79715000

3)Quantity or scope
The contract specification covers 196 Environment and Community Services sites made up of 86 parks, commons, cemeteries and other open spaces, 116 highway verges and planters, and 26 Adult and Children’s Services properties throughout the Borough. The approximate annual value of this lot is 3 000 000 GBP.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Tree Maintenance Services
1)Short description
Tree-maintenance services. Tree-clearing services. Tree-cutting services. Tree pruning and hedge trimming. Tree pruning. the routine maintenance of the council’s trees located in its parks, commons, cemeteries, other open spaces, highway footpaths, verges and planted areas and the grounds of housing estates and some schools. This includes the provision of a seven day a week out of hours emergency service to deal with urgent tree related matters.
2)Common procurement vocabulary (CPV)

77211300, 77211400, 77211500, 77340000, 77341000

3)Quantity or scope
Trees located in parks, commons, cemeteries, other open spaces, highway footpaths, verges and planted areas and the grounds of housing estates and some schools, as well as the provision of a seven day a week out of hours emergency service to deal with urgent tree related matters. The approximate annual value of this lot is 980 000 GBP.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: 1. Satisfactory evidence of at least three years relevant experience of providing similar services to those required by the council;
2. Satisfactory evidence of the ability to deliver to the contract standard drawn from referees;
3. Satisfactory evidence of the professional and technical qualifications and experience of the individuals assigned to deliver the service(s). This includes, where relevant, evidence of recognised accreditations in respect of grave digging, tree maintenance operations and chemical control operations.
4. Evidence of economic and financial standing in respect of viability to perform the services including the submission and evaluation of three years financial accounts, the latest being no more than 18 months old and suitable insurance cover. (Public Liability to a minimum of 5 000 000 GBP (five million pounds) per occurrence, Employers Liability to a minimum of 10 000 000 GBP (ten million pounds), or a statement that these will be obtained if awarded the contract;
5. Satisfactory evidence that the organisation has an annual turnover equivalent to at least twice the annual contract value (or the combined annual value of the two contracts if an applicant wishes to express an interest in both lots);
6. Satisfactory evidence of a sound record of quality standards including complaint handling; and sound policies as required including health and safety and equalities.
It is intended to restrict the tender list to a maximum of six companies for each of the lots. If more than six companies fulfil the criteria for selection to tender for either lot, those scoring the highest number of points on the reference evaluation criteria will be invited to tender.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
18.1.2012 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs).However, any selection of tenderers will be based solely on the criteria set out for the procurement,and the contract will be awarded on the basis of the most economically advantageous tender. Wandsworth Council will be inviting tenderers to set out what discount, if any, they would offer in the event that they were awarded both lots. The contracts are expected to commence on 24.2.2013. Applicants are advised that references will be obtained in writing from three referees. It is the applicant’s responsibility to ensure that their referees respond within the time scale.
GO Reference: GO-20111214-PRO-2803507.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
14.12.2011

Other interesting websites