Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Open Space Maintenance 2015-2016, West Dunbartonshire, Argyll and Bute.

  • First published: 30 May 2015
  • Last modified: 30 May 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Dunbritton Housing Association
Authority ID:
AA21133
Publication date:
30 May 2015
Deadline date:
06 July 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Open Space Maintenance of common open space areas and gardens in Dunbritton Housing Association's estates throughout West Dunbartonshire, Argyll and Bute.

Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=399563

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Dunbritton Housing Association

First Floor, 32 High Street

Dumbarton

G82 1LL

UK

Mr Callum Smith

+44 1389761486

admin@dunbritton.org.uk


http://www.dunbritton.org.uk

http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA15724

www.publiccontractsscotland.gov.uk
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Open Space Maintenance 2015-2016, West Dunbartonshire, Argyll and Bute.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

1

II.1.2)

Main site or location of works, place of delivery or performance

West Dunbartonshire, Argyll and Bute.



UK

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Open Space Maintenance of common open space areas and gardens in Dunbritton Housing Association's estates throughout West Dunbartonshire, Argyll and Bute.

Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=399563

II.1.6)

Common Procurement Vocabulary (CPV)

77314000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

Maintenance of grass, shrubs, trees, woodland, hedges, unadopted hard surfaces, play areas and bin stores.

40 00070 000
GBP

II.2.2)

Options

If performance by the successful contractor is satisfactory the Association may agree to extending the contract for a further 1 or 2 years.

Provisional timetable for recourse to these options

36

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

 01-10-2015 30-09-2016

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 Terms of financing and payment and/or reference to the relevant provisions

Interim Payments.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

III.1.4)

Other particular conditions to which the performance of the contract is subject

Adherence to the contract specification and programme.

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.

(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.

(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.

(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.

(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.

(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.

(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.

(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.

(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.

III.2.2)

Economic and financial capacity


(1) All candidates will be required to provide a reference from their bank.

(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.

(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.

(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.



All work to be carried out to programme and in accordance with the specification.


III.2.3)

Technical capacity


(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years.

(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract.

(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.

(4) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.

(5) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.

(6) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.

(7) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided.

(8) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.

(9) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;

(10) An indication of the proportion of the contract which the services provider intends possibly to subcontract.

(11) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.

(12) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.

(13) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.



All work to be carried out to programme and in accordance with the specification.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Yes

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

5

Objective criteria for choosing the limited number of candidates

Responses to questions in PQQ, interviews and references.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

Yes


No

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

15/1394/DU

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 26-06-2015

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 06-07-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 20-07-2015

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


March 2018.

VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

Contractors will be required to comply with Dunbritton Housing Housing Association's policies and procedures on residents' complaints, community benefits, tenant participation and KPIs linked to aspects of the work.

Contractors and their supply chain will be required to actively participate in the achievement of social objectives relating to participation in skills development, employment and training programmes and other added value contributions by the contractors and their supply chain to support community programmes promoted by the Association.

(SC Ref:399563).

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Royal Institute of Chartered Surveyors

9 Manor Place

Edinburgh

EH3 7DN

UK

scotland@rics.org

+44 1312257078

www.rics.org/scotland

+44 1312400830

Body responsible for mediation procedures


Royal Institute of Chartered Surveyors

9 Manor Place

Edinburgh

EH3 7DN

UK

scotland@rics.org

+44 1312257078

www.rics.org/scotland

+44 1312400830

VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 26-05-2015

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



CD Environmental Design

Mile End Mill, Abbey Mills

Paisley

PA1 1JS

UK

Mr Fraser Dryden

+44 1415617770

team@cdenvironmental.co.uk

+44 1415617771
http://www.cdenvironmental.co.uk/

II)

Address and contact points from which specifications and additional documentation may be obtained



CD Environmental Design

Mile End Mill, Abbey Mills

Paisley

PA1 1JS

UK

Mr Fraser Dryden

+44 1415617770

team@cdenvironmental.co.uk

+44 1415617771
http://www.cdenvironmental.co.uk/

III)

Address and contact points to which Tenders/Requests to Participate must be sent



Dunbritton Housing Co-operative

First Floor, 32 High Street

Dumbarton

G82 1LL

UK

Mr Callum Smith

+44 1389761486

admin@dunbritton.org.uk

http://www.dunbritton.org.uk

Coding

Commodity categories

ID Title Parent category
77314000 Grounds maintenance services Planting and maintenance services of green areas

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
admin@dunbritton.org.uk
Admin contact:
team@cdenvironmental.co.uk
Technical contact:
N/a
Other contact:
admin@dunbritton.org.uk

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.