Construction Tenders

Fri May 17 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 30th Apr 2024

Tender Details
Referenceocds-h6vhtk-0455f1
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£400,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 30th Apr 2024

Tender Details
Referenceocds-h6vhtk-0455f1
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£400,000

Section I: Contracting authority

I.1) Name and addresses

West Whitlawburn Housing Co-operative Limited

57 Belmont Road, Cambuslang

Glasgow

G72 8PG

Email

gclayton [at] wwhc.org.uk

Telephone

+44 1416418628

Country

United Kingdom

NUTS code

UKM95 - South Lanarkshire

Internet address(es)

Main address

http://www.wwhc.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12283

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://www.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.publiccontractsscotland.gov.uk/

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Open Space Maintenance Contract 2024 – 2029

II.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

II.1.3) Type of contract

Services

II.1.4) Short description

West Whitlawburn Housing Co-operative are procuring 'Open Space Maintenance Contract 2024 – 2029'.

II.1.5) Estimated total value

Value excluding VAT: £400,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 45112712 - Landscaping work for gardens
  • 71421000 - Landscape gardening services

II.2.3) Place of performance

NUTS codes
  • UKM95 - South Lanarkshire

II.2.4) Description of the procurement

The works will consist of the open space maintenance to all open space areas in accordance with the maintenance schedule (Priced Section) on behalf of The Association as part of their Cyclical Maintenance programme 2024 to 2029, generally within the West Whitlawburn Housing Co-operative operational areas but may include a wider geographical area in future.

We are seeking to appoint an Open Space contractor to provide services in relation to grass cutting; grass areas repairs/maintenance; planting; shrub bed maintenance; pruning; weed control; litter picking, path brushing; and hedge and tree maintenance. Ad hoc repair works will also be included to both hard and soft landscaping throughout the duration of the contract as instructed by the Association. Area plans and scope of works are included with the tender documents. The contract will be 36 months contract with option of 2 x single 12-month extensions to a maximum of 60 months.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Cost criterion - Name: Cost of Service / Weighting: 60%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The contract will be 36 months contract with option of 2 x single 12-month extensions to a maximum of 60 months.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

See ITT


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

All as per the attached ITT - SPD & Price Quality Method Statement & Scoring Evaluation - WWHC - OSM Final

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

All as per the attached ITT - SPD & Price Quality Method Statement & Scoring Evaluation - WWHC - OSM Final

III.2.2) Contract performance conditions

See KPIs attached with this notice.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

30 May 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

30 May 2024

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: All as per the attached ITT - SPD & Price Quality Method Statement & Scoring Evaluation - WWHC - OSM Final

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Please ensure that you read the ITT first and understand your submission requirements and dates.

PLEASE MAKE SURE THAT YOU READ AND UNDERSTAND THE SUBMISSION REQUIREMENTS AND ASK ANY QUESTIONS YOU HAVE ON THE PCS PORTAL.

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=765169.

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.

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

As per attached CB Clause for % contribution on 5 Year MTC

(SC Ref:765169)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

1 Carlton Place

Glasgow

G5 9TW

Country

United Kingdom