Back to tenders & grants page
Grampian Housing Association Ltd. - Open Space Maintenance Term Contract 2022 - 2027 Construction & Engineering Grampian Housing Association Ltd. - Open Space Maintenance Term Contract 2022 - 2027
Receive Tenders like this by email

Grampian Housing Association Ltd. - Open Space Maintenance Term Contract 2022 - 2027

Grampian Housing Association Ltd. - Open Space Maintenance Term Contract 2022 - 2027 has been closed on 29 Dec 2021. It no longer accepts any bids. For further information, you can contact the Grampian Housing Association Ltd

Bellow, you can find more information about this project: 

Location: United Kingdom

General information

Donor:

Grampian Housing Association Ltd

Industry:

Construction & Engineering

Status:

Closed

Timeline

Published:

29 Nov 2021

Deadline:

29 Dec 2021

Value:

Not available

Contacts

Name:

Margaret Waddell

Phone:

+44 1224202900

+44 01224657200

Description

https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV434250

Contract notice

Directive 2014/24/EU - Public Sector Directive

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses

Grampian Housing Association Ltd

Huntly House, 74 Huntly Street

ABERDEEN

AB10 1TD

UK

Contact person: Margaret Waddell

Telephone: +44 1224202900

E-mail: [email protected]

Fax: +44 1224645526

NUTS: UKM5

Internet address(es)

Main address: http://www.grampianhousing.co.uk/

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA14462

I.2) 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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

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


I.4) Type of the contracting authority

Other: Housing Association

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Grampian Housing Association Ltd. - Open Space Maintenance Term Contract 2022 - 2027

Reference number: GHA2141

II.1.2) Main CPV code

77314000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The principle objective of this tender is to appoint a Contractor/ Contractors to provide open space maintenance works, tree surgery works, assisted garden maintenance works and one off works within void property gardens within the following independent areas: -

Aberdeen City;

Aberdeenshire North; and

Aberdeenshire South

II.1.5) Estimated total value

Value excluding VAT: 809 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Open Space Maintenance Term Contract 2022 - 2027 - Aberdeen City

II.2.2) Additional CPV code(s)

77314000

II.2.3) Place of performance

NUTS code:

UKM50


Main site or place of performance:

Aberdeen City - Refer to map attached to this Contract Notice for area boundary

II.2.4) Description of the procurement

The principle objective of this tender is to appoint a Contractor/ Contractors to provide open space maintenance works, tree surgery works, assisted garden maintenance works and one off works within void property gardens within the following independent areas: -

Aberdeen City;

Aberdeenshire North; and

Aberdeenshire South

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 504 000.00  GBP

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 Employer has intimated that the Term Contract will be reviewed at the end of the three year period with the possibility of the Contract being extended for another two single one-year periods thereafter on an individual year-by-year basis, however the Employer cannot provide any guarantee that the Contract will be extended beyond the initial three year period.

II.2.9) Information about the limits on the number of candidates to be invited

Objective criteria for choosing the limited number of candidates:

The process we will apply will be:

Stage 1 — Pre-Qualification via the SPD (Scotland) Document. The SPD (Scotland) asks bidders general questions; when completing, bidders must have regard for the statements in this Notice that detail specific requirements. For each lot bidders must:

- Bidder's must pass the minimum standards sections of the SPD (Scotland). Statements including the specific requirements for these questions can be found within Section III.1.1, III.1.2 and III.1.3 of the Contract Notice.

- Complete the scored SPD Section 4C Technical and Professional ability. Statements for these scored questions can be found in Section III.1.3) of this Notice and are the same for all Lots unless otherwise indicated. Section 4C will be scored as per the scoring methodology detailed below.

Part III. and Section B & D of Part IV will be scored on a pass/fail basis, and Section C of Part IV of the SPD (Scotland) will be scored in the following way:

0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.

25 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.

50 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature.

75 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.

100 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.

- The responses to the questions of Section III.1.3 of the Contract Notice will be weighted the following way: Please see SPD (Scotland)

Question 4C.1.2: 25%, 4C.7: 15%, 4C.8.1: 25%, 4C.8.2: 15%, 4C.9: 20% and 4C.10: 0%.

- We will take the five highest scoring bidders through and they will be invited to submit a tender.

Stage 2 — Invitation to Tender (ITT) and submission of shortlisted bidder tender returns. These must be received no later than the date and time detailed within the ITT documentation.

We will evaluate shortlisted tenderers' ITT submissions via a Quality/Cost evaluation. The quality and commercial scores will be combined to provide each supplier with an overall score.

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Please note that the estimated value stated in Section II.2.6) Estimated Value is based on the full potential five year duration of Lot 1 of the contract only.

Lot No: 2

II.2.1) Title

Open Space Maintenance Term Contract 2022 - 2027 - Aberdeenshire North

II.2.2) Additional CPV code(s)

77314000

II.2.3) Place of performance

NUTS code:

UKM50


Main site or place of performance:

Aberdeenshire North - Refer to map attached to this Contract Notice for area boundary

II.2.4) Description of the procurement

The principle objective of this tender is to appoint a Contractor/ Contractors to provide open space maintenance works, tree surgery works, assisted garden maintenance works and one off works within void property gardens within the following independent areas: -

Aberdeen City;

Aberdeenshire North; and

Aberdeenshire South

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 139 000.00  GBP

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 Employer has intimated that the Term Contract will be reviewed at the end of the three year period with the possibility of the Contract being extended for another two single one-year periods thereafter on an individual year-by-year basis, however the Employer cannot provide any guarantee that the Contract will be extended beyond the initial three year period.

II.2.9) Information about the limits on the number of candidates to be invited

Objective criteria for choosing the limited number of candidates:

The process we will apply will be:

Stage 1 — Pre-Qualification via the SPD (Scotland). The SPD asks bidders general questions; when completing, bidders must have regard for the statements in this Notice that detail specific requirements. For each lot bidders must:

- Bidder's must pass the minimum standards sections of the SPD (Scotland). Statements including the specific requirements for these questions can be found within Section III.1.1, III.1.2 and III.1.3 of the Contract Notice.

- Complete the scored SPD Section 4C Technical and Professional ability. Statements for these scored questions can be found in Section III.1.3) of this Notice and are the same for all Lots unless otherwise indicated. Section 4C will be scored as per the scoring methodology detailed below.

Part III. and Section B & D of Part IV will be scored on a pass/fail basis, and Section C of Part IV of the SPD (Scotland) will be scored in the following way:

0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.

25 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.

50 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature.

75 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.

100 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.

- The responses to the questions of Section III.1.3 of the Contract Notice will be weighted the following way: Please see SPD (Scotland)

Question 4C.1.2: 25%, 4C.7: 15%, 4C.8.1: 25%, 4C.8.2: 15%, 4C.9: 20% and 4C.10: 0%.

- We will take the five highest scoring bidders through and they will be invited to submit a tender.

Stage 2 — Invitation to Tender (ITT) and submission of shortlisted bidder tender returns. These must be received no later than the date and time detailed within the ITT documentation.

We will evaluate shortlisted tenderers' ITT submissions via a Quality/Cost evaluation. The quality and commercial scores will be combined to provide each supplier with an overall score.

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Please note that the estimated value stated in Section II.2.6) Estimated Value is based on the full potential five year duration of Lot 2 of the contract only.

Lot No: 3

II.2.1) Title

Open Space Maintenance Term Contract 2022 - 2027 - Aberdeenshire South

II.2.2) Additional CPV code(s)

77314000

II.2.3) Place of performance

NUTS code:

UKM5


Main site or place of performance:

Aberdeenshire South - Refer to map attached to this Contract Notice for area boundary

II.2.4) Description of the procurement

The principle objective of this tender is to appoint a Contractor/ Contractors to provide open space maintenance works, tree surgery works, assisted garden maintenance works and one off works within void property gardens within the following independent areas: -

Aberdeen City;

Aberdeenshire North; and

Aberdeenshire South

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 166 000.00  GBP

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 Employer has intimated that the Term Contract will be reviewed at the end of the three year period with the possibility of the Contract being extended for another two single one-year periods thereafter on an individual year-by-year basis, however the Employer cannot provide any guarantee that the Contract will be extended beyond the initial three year period.

II.2.9) Information about the limits on the number of candidates to be invited

Objective criteria for choosing the limited number of candidates:

The process we will apply will be:

Stage 1 — Pre-Qualification via the SPD (Scotland). The SPD asks bidders general questions; when completing, bidders must have regard for the statements in this Notice that detail specific requirements. For each lot bidders must:

- Bidder's must pass the minimum standards sections of the SPD (Scotland). Statements including the specific requirements for these questions can be found within Section III.1.1, III.1.2 and III.1.3 of the Contract Notice.

- Complete the scored SPD Section 4C Technical and Professional ability. Statements for these scored questions can be found in Section III.1.3) of this Notice and are the same for all Lots unless otherwise indicated. Section 4C will be scored as per the scoring methodology detailed below.

Part III. and Section B & D of Part IV will be scored on a pass/fail basis, and Section C of Part IV of the SPD (Scotland) will be scored in the following way:

0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.

25 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.

50 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature.

75 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.

100 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.

- The responses to the questions of Section III.1.3 of the Contract Notice will be weighted the following way: Please see SPD (Scotland)

Question 4C.1.2: 25%, 4C.7: 15%, 4C.8.1: 25%, 4C.8.2: 15%, 4C.9: 20% and 4C.10: 0%.

- We will take the five highest scoring bidders through and they will be invited to submit a tender.

Stage 2 — Invitation to Tender (ITT) and submission of shortlisted bidder tender returns. These must be received no later than the date and time detailed within the ITT documentation.

We will evaluate shortlisted tenderers' ITT submissions via a Quality/Cost evaluation. The quality and commercial scores will be combined to provide each supplier with an overall score.

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Please note that the estimated value stated in Section II.2.6) Estimated Value is based on the full potential five year duration of Lot 3 of the contract only.

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:

III.1.1 of the notice is NOT APPLICABLE to this procurement exercise.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

This section refers to Section B of Part IV of the SPD (Scotland) and covers questions 4B.1.1, 4B.3, 4B.5.1b, 4B.5.2 and 4B.5.3 of the SPD (Scotland):

4B.1.1: Bidders will be required to have a minimum “general” yearly turnover of 240,000 GBP for the last 3 (Three) years.

4B.3: Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.

4B.5.1b: It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer’s (Compulsory) Liability Insurance = minimum cover of 5,000,000 GBP

4B.5.2: It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

Public Liability Insurance = minimum cover of 10,000,000 GBP.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

4C.1.2: Bidders will be required to provide 3 relevant examples that demonstrate that they, the Bidder and not specific individuals/ employees, have the relevant experience to deliver the services as described in part II.2.4 of each Lot of the Contract Notice.

4C.7: Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements:

COSHH Regulations - The Contractor’s attention is drawn to the current Control of Substances Hazardous to Health (COSHH) Regulations that lay down essential requirements which must be adhered to. The Contractor must at all times comply with any Codes of Practice issued under the authority of these regulations; failure to do so may result in the imposition of penalties under the Health & Safety at Work Act 1974.;

Control of Pesticides Regulations - Current Edition - The Contractor’s attention is drawn to the Control of Pesticides Regulations and any subsequent amendment or additional requirements. In particular the Contractor must adhere at all times to guidelines for the use of chemicals and must use only approved chemicals. Prior approval of the Senior Property and Estate Management Officer must be sought before any particular chemical is used and must be provided with copies of all relevant data sheets, COSHH and risk assessment documents prior to use.; and

Environmental Protection Act 1990 - The Contractor’s attention is drawn to the Environmental Protection Act 1990 and is reminded of their obligation under this Act and under any Codes of Conduct or directives issued under Authority of the Act.

Bidders are required to provide documented evidence to substantiate their answer.

4C.8.1: Bidders will be required to confirm their average annual manpower for the last three years specifically in relation to delivery of the services as described in part II.2.4 of each Lot of the Contract Notice.

4C.8.2: Bidders will be required to confirm the number of managerial staff for the last three years specifically in relation to delivery of the services as described in part II.2.4 of each Lot of the Contract Notice.

4C.9: Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the Contract Notice. A list of all relevant tools, plant or technical equipment that they currently have or have access too must be provided as part of this answer, not just a 'yes' or 'no'.

4C.10: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

4D.1, 4D.1.1 & 4D.1.2 - For a description of selection criteria associated with Section D of Part IV of the SPD (Scotland) (Quality Assurance Schemes and Environmental Management Standards), please refer to word file attached to this Contract Notice named '4D.1 - Quality Assurance Schemes and Environmental Management Standards - Selection Criteria'.


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about 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: 29/12/2021

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 14/01/2022

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

EN

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

Tender must be valid until: 14/04/2022

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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

The award criteria questions and weightings will be published in the ITT.

Award criteria scoring will be the following:

0 - Unacceptable: Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.

25 - Poor: Response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.

50 - Acceptable: Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.

75 - Good: Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.

100 - Excellent: Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.

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=673915.

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:

To Be Confirmed at Stage 2

(SC Ref:673915)

VI.4) Procedures for review

VI.4.1) Review body

Aberdeen Sheriff Court

53 Castle Street

ABERDEEN

AB11 5BB

UK

Telephone: +44 01224657200

Internet address(es)

URL: https://www.scotcourts.gov.uk/the-courts/court-locations/aberdeen-sheriff-court-and-justice-of-the-peace-court

VI.5) Date of dispatch of this notice

29/11/2021


Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more