Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)South Tyneside Council
Corporate Procurement Service, Hawthorne House
For the attention of: Mr Kevin Graham
NE32 3DP Jarrow
UNITED KINGDOM
E-mail: [email protected]
Internet address(es):
General address of the contracting authority: http://www.southtyneside.info/
Electronic access to information: www.qtegov.com/procontract/supplier.nsf
Electronic submission of tenders and requests to participate: www.qtegov.com/procontract/supplier.nsf
Further information can be obtained from: South Tyneside Council
Corporate Procurement Service, Hawthorne House
For the attention of: Mr Kevin Graham
NE32 3DP Jarrow
UNITED KINGDOM
E-mail: [email protected]
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: South Tyneside Council
Corporate Procurement Service, Hawthorne House
For the attention of: Mr Kevin Graham
NE32 3DP Jarrow
UNITED KINGDOM
E-mail: [email protected]
Tenders or requests to participate must be sent to: South Tyneside Council
Corporate Procurement Service, Hawthorne House
For the attention of: Mr Kevin Graham
NE32 3DP Jarrow
UNITED KINGDOM
E-mail: [email protected]
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe 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:
Grounds Maintenance Services.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 27: Other services
NUTS code UKC22
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 contract is for the provision of South Tyneside Council's grounds maintenance and arboriculture services. It is being awarded for a duration of 5 years with an option to extend for up to a further 2 year period. The contract is divided into 4 Lots: Lot 1 - Grass; anticipated value range 660 000-1 100 000 GBP per annum Lot 2 - Bowling Greens; anticipated value range 61 000-103 000 GBP per annum Lot 3 - Grave Digging; anticipated value range 84 000-140 000 GBP per annum Lot 4 - Arboriculture; anticipated value range 375 000-875 000 GBP * The anticipated value ranges reflect the proposed extent of works at current rates, with a +/- 25 % tolerance. The Lot 4 anticipated value range also reflects 250 000 GBP of Horticultural works, which would only be authorised on instruction from the Council.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The contract is for the provision of South Tyneside Council's grounds maintenance and arboriculture services. It is being awarded for a duration of 5 years with an option to extend for up to a further 2 year period. The contract is divided into 4 Lots: Lot 1 - Grass; anticipated value range 660 000-1 100 000 GBP per annum Lot 2 - Bowling Greens; anticipated value range 61 000-103 000 GBP per annum Lot 3 - Grave Digging; anticipated value range 84 000-140 000 GBP per annum Lot 4 - Arboriculture; anticipated value range 375 000-875 000 GBP * The anticipated value ranges reflect the proposed extent of works at current rates, with a +/- 25 % tolerance. The Lot 4 anticipated value range also reflects 250 000 GBP of Horticultural works, which would only be authorised on instruction from the Council.
Estimated value excluding VAT:
Range: between 11 200 000 and 14 000 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 84 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
To be detailed in the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be detailed in the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: Under this contract the successful organisation and potentially its supply chain, may be required to actively participate in the achievement of social, economic and environmental regeneration of the locality of, and surrounding the place of delivery of the Contract. Accordingly, contract performance conditions may relate in particular to social, economic and environmental considerations.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: In accordance with Regulations 57- 65 of the Public Contracts Regulations 2015 and to be detailed in the contractor evaluation questionnaire.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: In accordance with Regulations 57- 65 of the Public Contracts Regulations 2015 and to be detailed in the contractor evaluation questionnaire.
Minimum level(s) of standards possibly required: In accordance with Regulations 57- 65 of the Public Contracts Regulations 2015 and to be detailed in the contractor evaluation questionnaire.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
In accordance with Regulations 57- 65 of the Public Contracts Regulations 2015 and to be detailed in the contractor evaluation questionnaire.
Minimum level(s) of standards possibly required:
In accordance with Regulations 57- 65 of the Public Contracts Regulations 2015 and to be detailed in the contractor evaluation questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
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 dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
C6502
IV.3.2)Previous publication(s) concerning the same contract IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 4.8.2015 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate4.8.2015 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates23.6.2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderin days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 4.8.2015 - 14:00
Place: South Shields Town Hall
Westoe Road
NE33 2RL South Shields
UNITED KINGDOM
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Tenders submitted electronically via NEPO portal and opened by Head of Legal Services.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe 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. Applicants wishing to download the tender documentation must register as a supplier accessing the North East Purchasing Organisation (NEPO) website: www.qtegov.com/procontract/supplier.nsf If you already have a login, select login from the top right corner and enter your user name and password. If you are not registered select Register Free and complete the registration form. Your username and password will be e-mailed to you. To register interest against a contract select the binoculars beside Latest Opportunities Section, enter the Contract Ref.: 9T9L-AMNDL5 in ‘Contains’ field and press search. Tick the select box against the contact and press register, your registration will be confirmed by e-mail and on screen. If you have any queries or require further assistance please contact Scott Bell, Portal Administrator, Tel. +44 1914335949. The Council reserves the right to approve any and all sub-contracting appointments the successful tenderer may make when providing works or services under any resultant contract. The Council reserves the right to change or terminate without notice the procedure for awarding the contract (or part of it) at any time without liability. Tenders and all supporting documentation must be priced in Sterling and written in English. Any agreement entered into will be governed by English law and will be subject to the exclusive jurisdiction of the English Courts. The Council is not liable for any costs incurred by those expressing an interest in tendering for this contract opportunity. The most economically advantageous or any tender will not automatically be accepted.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresSouth Tyneside Council
Town Hall, Westoe Road
NE33 2RL South Shields
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:30.6.2015