By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Countryside management operations.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

London Borough of Barnet
North London Business Park, Oakleigh Road South
For the attention of: Susan Lowe
N11 1NP London
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: www.barnet.gov.uk

Address of the buyer profile: www.barnetsourcing.co.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

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:
Countryside management operations.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: London Borough of Barnet.

NUTS code UKI23

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)
The London Borough of Barnet Greenspaces team, manage over 200 parks and open spaces ranging from large parks to small greens. We also undertake the management of horticultural features within public housing and highways sites across the borough. The requirements listed within the tender documents relate to operations required to ensure our open space, public housing and highway green areas are maintained to a high and safe standard and to allow access to the boroughs rich flora and fauna.
The operations to be undertaken within this requirement apply to the maintenance of large grass and wild flower meadows, to ensuring our network of ditches are kept free flowing to provide adequate drainage for our open spaces. The borough has a network of (access routes) rural footpaths and bridleways which cross mainly the northern part of the borough, providing access to and through both public and private land rich in flora and fauna. The parks & open spaces, public housing sites have a large number of formal hedges which are cut twice a year along with the highways semi-rural roads which have hedgerows, hedges and grass verges that require cutting annually to ensure unimpeded access for pedestrians and vehicles.
The countryside management operations requirement has been divided into lots suppliers can apply for provision for one or more of the lot requirements. This contract requirement is being advertised under an OJEU open procedure.
II.1.6)Common procurement vocabulary (CPV)

77100000, 77300000, 77310000, 77342000, 77340000

II.1.7)Information about Government Procurement Agreement (GPA)
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: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
London Borough of Barnet have a requirement for delivery of Countryside Management Operations for the authority. This requirement is to be delivered by a framework agreement divided into six lots as indicated below.
- Lot 1 Access Maintenance (Bridleways) -
Maintenance of routes for horse riders around the borough.
- Lot 2 Meadow Management -
The cutting and removal of arising from hay meadows.
- Lot 3 Rural Verges -
The cutting of rural grass verges to maintain sightlines and maintain levels of growth
- Lot 4 Hedge Maintenance -
The cutting of hedges on the parks and open spaces, on the highway and rural roads in the Borough to maintain clear and safe sightlines and maintain levels of growth.
- Lot 5 Ditch, Culvert, Land drainage and Revetments -
Clearance, maintenance and creation of ditches and land drainage and revetment to banks as required.
- Lot 6 Access maintenance (Rural Path Maintenance) -
Maintenance of rural areas. rights of way, permissive footpaths, and long distance routes in mainly rural areas.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Lot 1 Access Maintenance (Bridleways)-
1)Short description
Maintenance of routes for horse riders around the borough, full detail of requirement in tender document.
2)Common procurement vocabulary (CPV)

77310000

3)Quantity or scope
Detail in tender documents.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
Detail in tender documents.
Lot No: 2 Lot title: Lot 2 Meadow Management
1)Short description
The cutting and removal of arising from hay meadows,full detail of requirement in tender documents.
2)Common procurement vocabulary (CPV)

77100000

3)Quantity or scope
Detail in tender documents.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
Detail in tender documents.
Lot No: 3 Lot title: Lot 3 Rural Verges
1)Short description
The cutting of rural grass verges to maintain sightlines and maintain levels of growth, full detail of requirement in tender documents.
2)Common procurement vocabulary (CPV)

77310000

3)Quantity or scope
Detail in tender documents.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
Lot No: 4 Lot title: Lot 4 Hedge Maintenance
1)Short description
The cutting of hedges on the parks and open spaces, on the highway and rural roads in the Borough to maintain clear and safe sightlines and maintain levels of growth, full detail of requirement in tender documents.
2)Common procurement vocabulary (CPV)

77340000

3)Quantity or scope
Detail in tender documents.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
Detail in tender documents.
Lot No: 5 Lot title: Lot 5 Ditch, Culvert, Land drainage and Revetments
1)Short description
Clearance, maintenance and creation of ditches and land drainage and revetment to banks as required. Full detail of requirement in tender documents.
2)Common procurement vocabulary (CPV)

77300000

3)Quantity or scope
Detail in tender documents.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
Detail in tender documents.
Lot No: 6 Lot title: Lot 6 Access maintenance (Rural Path Maintenance)
1)Short description
Maintenance of rural areas. rights of way, permissive footpaths, and long distance routes in mainly rural areas. Full detail of requirement in tender document.
2)Common procurement vocabulary (CPV)

77300000

3)Quantity or scope
Detail in tender documents.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
Detail in tender documents.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The contracting authority reserves the right to require a guarantee, bond or another form of security it considers appropriate, in respect of this contract.
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:
The contracting authority anticipates that this contract will be awarded to a single legal entity. In the event that there is a supply chain of providers, the contracting authority reserves the right to require that the legal entity to which it awards the contract takes primary responsibility for the supply chain, or to require that each party undertakes joint and several liability. In the event that the legal entity to which the contract is awarded is a subsidiary company, the contracting authority reserves the right to require a parent company guarantee from the parent company or other suitable group company.
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
Information and formalities necessary for evaluating if the requirements are met: (a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is any analogous situation arising from a similar procedure under national laws and regulations (b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations (c) has been convicted by a judgement which has he force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct (d) has been guilty of grave professional misconduct proven by means which the contracting authorities can demonstrate (e)has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority (f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority (g) is guilty of serious misrepresentation in supplying the information required under this section or has not supplied such information (h) has been the subject of a conviction for participation in a criminal organisation as defined in Article 2(1) of Council Joint Action 98/733/JHA (i) has been the subject of conviction for corruption as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively (j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities (k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering In accordance with Articles 45 to 50 of Directive 2004/19/EEC and Regulations 23 to 25 of the Public Contracts Regulations 2006 and as set out in the qualification questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Minimum level(s) of standards possibly required as set out in the qualification questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Minimum level(s) of standards possibly required as set out in the qualification questionnaire.
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
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
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:
701173
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 16.1.2015
IV.3.4)Time limit for receipt of tenders or requests to participate
16.1.2015 - 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 of tenders
Date: 19.1.2015 - 9:00

Place:

London Borough of Barnet, North London Business Park, Oakleigh Road South, N11 1NP, London.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Portal submissions to be accessed in accordance with London Borough of Barnet's Contract Procedure Rules.

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information

This opportunity is available on the authority's sourcing portal, www.barnetsourcing.co.uk Registration is required on the system. Technical assistance can be accessed through if difficulties are experienced

(MT Ref:144370).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM

Body responsible for mediation procedures

Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM

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:
24.11.2014

Other interesting websites