Notice Information
Notice Title
Grounds Maintenance Services for Renfrewshire Leisure Ltd Properties
Notice Description
Renfrewshire Council assumed responsibility for Grounds Maintenance at Renfrewshire Leisure Ltd properties in July 2015. A suitably qualified and experienced contractor is now sought to deliver this requirement.
Lot Information
Lot 1
Renfrewshire Council assumed responsibility for Grounds Maintenance at Renfrewshire Leisure Ltd properties in July 2015. A suitably qualified and experienced contractor is now sought to deliver this requirement.
Renewal: This contract may be extended for an additional 2 periods of 52 weeks each.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000553010
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY355193
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
77 - Agricultural, forestry, horticultural, aquacultural and apicultural services
-
- CPV Codes
45112700 - Landscaping work
45112710 - Landscaping work for green areas
45112711 - Landscaping work for parks
45112720 - Landscaping work for sports grounds and recreational areas
77300000 - Horticultural services
77314000 - Grounds maintenance services
Notice Value(s)
- Tender Value
- £280,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 24 May 20196 years ago
- Submission Deadline
- 19 Sep 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 24 May 20196 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- RENFREWSHIRE COUNCIL
- Contact Name
- Brian Bradley
- Contact Email
- brian.bradley@renfrewshire.gov.uk, cpu@renfrewshire.gov.uk
- Contact Phone
- +44 1416185638, +44 1416186400
Buyer Location
- Locality
- PAISLEY
- Postcode
- PA1 1JB
- Post Town
- Paisley
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- Renfrewshire
- Electoral Ward
- Paisley East and Central
- Westminster Constituency
- Paisley and Renfrewshire South
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG328088
Grounds Maintenance Services for Renfrewshire Leisure Ltd Properties - Renfrewshire Council assumed responsibility for Grounds Maintenance at Renfrewshire Leisure Ltd properties in July 2015. A suitably qualified and experienced contractor is now sought to deliver this requirement. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY355193
Grounds Maintenance Services for Renfrewshire Leisure Ltd Properties - Renfrewshire Council assumed responsibility for Grounds Maintenance at Renfrewshire Leisure Ltd properties in July 2015. A suitably qualified and experienced contractor is now sought to deliver this requirement.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000553010-2019-05-24T00:00:00Z",
"date": "2019-05-24T00:00:00Z",
"ocid": "ocds-r6ebe6-0000553010",
"initiationType": "tender",
"parties": [
{
"id": "org-48",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"email": "cpu@renfrewshire.gov.uk",
"telephone": "+44 1416186400",
"faxNumber": "+44 1416187050"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
]
}
},
{
"id": "org-59",
"name": "See VI.4.3 below",
"identifier": {
"legalName": "See VI.4.3 below"
},
"address": {
"locality": "See VI.4.3 below"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-87",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"name": "Brian Bradley",
"email": "brian.bradley@renfrewshire.gov.uk",
"telephone": "+44 1416185638",
"faxNumber": "+44 1416187050",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-88",
"name": "See VI.4.3 below",
"identifier": {
"legalName": "See VI.4.3 below"
},
"address": {
"locality": "See VI.4.3 below"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Renfrewshire Council",
"id": "org-87"
},
"tender": {
"id": "RC-CPU-18-180",
"title": "Grounds Maintenance Services for Renfrewshire Leisure Ltd Properties",
"description": "Renfrewshire Council assumed responsibility for Grounds Maintenance at Renfrewshire Leisure Ltd properties in July 2015. A suitably qualified and experienced contractor is now sought to deliver this requirement.",
"status": "cancelled",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45112720",
"scheme": "CPV"
},
{
"id": "45112700",
"scheme": "CPV"
},
{
"id": "45112710",
"scheme": "CPV"
},
{
"id": "45112711",
"scheme": "CPV"
},
{
"id": "77300000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Renfrewshire"
},
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 280000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2018-09-19T12:00:00Z"
},
"awardPeriod": {
"startDate": "2018-09-19T12:00:00Z"
},
"documents": [
{
"id": "AUG328088",
"documentType": "contractNotice",
"title": "Grounds Maintenance Services for Renfrewshire Leisure Ltd Properties",
"description": "Renfrewshire Council assumed responsibility for Grounds Maintenance at Renfrewshire Leisure Ltd properties in July 2015. A suitably qualified and experienced contractor is now sought to deliver this requirement.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG328088",
"format": "text/html"
},
{
"id": "MAY355193",
"documentType": "awardNotice",
"title": "Grounds Maintenance Services for Renfrewshire Leisure Ltd Properties",
"description": "Renfrewshire Council assumed responsibility for Grounds Maintenance at Renfrewshire Leisure Ltd properties in July 2015. A suitably qualified and experienced contractor is now sought to deliver this requirement.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY355193",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Renfrewshire Council assumed responsibility for Grounds Maintenance at Renfrewshire Leisure Ltd properties in July 2015. A suitably qualified and experienced contractor is now sought to deliver this requirement.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "40%"
},
{
"type": "price",
"description": "60%"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "This contract may be extended for an additional 2 periods of 52 weeks each."
}
}
],
"bidOpening": {
"date": "2018-09-19T12:00:00Z",
"address": {
"streetAddress": "Renfrewshire Council, Renfrewshire House, Cotton Street, Paisley."
},
"description": "Tenders will be opened in accordance with the Councils Standing Orders"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "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. Statement for 4A.1 bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. Statement for 4A.2 Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships."
},
{
"type": "economic",
"description": "Please refer to these statements when completing section 4B of the ESPD (Scotland): Statement for 4B.1.1 Bidders will be required to have a minimum \"general\" yearly turnover of 500,000GBP for the last 2 years. Statement for 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. Statement for 4B.5.1 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Statement for 4B.6 The Council will use Dun and Bradstreet (D&B) to assist in its determination of the organisations financial status and risk. It is recommended that Tenderers review their own D&B Failure Score in advance of submitting their Tender Submission. If, following this review, Tenderers consider that the D&B Failure Score does not reflect their current financial status, the Tenderer should attach a document to this section giving a detailed explanation, together with any relevant supporting independent evidence. The Council will review any such information as part of the evaluation of Tenderer's financial status. Where the Tenderer is under no obligation to publish accounts and therefore does not have a D&B Failure Score or equivalent rating, they must provide their audited financial accounts for the previous 2 years as part of their Tender Submission in order that the Council may assess these to determine the suitability of the Tenderer to undertake a contract or contracts of this size. Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed. Where the Tenderer is a subsidiary of a group but is applying as a separate legal entity and fails to meet the minimum financial turnover requirements or minimum D&B Failure Score (or equivalent) as a company, in order to progress to stage two of the evaluation they must provide as part of their tender submission, written confirmation from an authorised signatory of the parent company, that either a parent company guarantee will be provided within two weeks of request. The parent company must meet the minimum financial requirements as assessed by the Council. The parent company guarantee will be in the form provided in the Tender Documentation.",
"minimum": "For 4B.5.2: Employer's (Compulsory) Liability Insurance = Statutory minimum 5,000,000GBP each and every claim Public Liability Insurance = minimum 5,000,000GBP each and every claim Product Liability Insurance = minimum 5,000,000GBP in the aggregate Statutory third party motor vehicle cover - a valid MV certificate in the company name, or, where there is no company fleet but employees use their own vehicles, a letter signed by a person of appropriate authority confirming that the company has ongoing arrangements in place to ensure that their employees' vehicles are appropriately insured and maintained for business purposes. http://www.hse.gov.uk/pubns/hse40.pdf For 4B.6: Tenderers must achieve a D&B failure score of 20 or above to pass this section. The Council may undertake supplementary investigations to establish if the D&B failure score is a reflection of the current financial stability of the Tenderer; the outcome of such investigations will influence if a Tenderer is deemed to meet the minimum requirements to pass this bid selection stage in terms of their financial stability for the purposes of this contract. The Tenderer will be notified if supplementary investigations into the financial stability are being undertaken. Where the Tenderer intends to sub-contract more than 25% of any Contract value to a single sub-contractor, the Tenderer must provide a D&B comprehensive report on the sub-contractor. The Council reserves the right to request one copy of all sub-contractors last 2 financial years' audited accounts and details of significant changes since the last financial year end. The Council also reserves the right to reject the use of sub-contractors in relation to the Contract where they fail to meet the Council's minimum financial criteria"
},
{
"type": "technical",
"description": "Please refer to these statements when completing section 4C of the ESPD (Scotland): Statement for 4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Statement for 4C.6 Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: Statement for 4C.8.1 Bidders will be required to confirm their average annual manpower for the last three years. Statement for 4C.8.2 Bidders will be required to confirm their and the number of managerial staff for the last three years. Statement for 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 OJEU Contract Notice or the relevant section of the Site Notice. Statement for 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Please refer to these statements when completing section 4D of the ESPD (Scotland): Bidders will be required to confirm that they hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) OR have a documented policy regarding quality management which must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. Bidders will be required to confirm that they hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation (NOTE - Organisations with fewer than five employees are not required by law to have a documented policy statement). Bidders will be required to confirm that they hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate OR have a regularly reviewed documented policy regarding environmental management authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).",
"minimum": "Part 4C.6 and Part 4C.6.1 Bidders must confirm that their staff involved in the delivery of this contract will hold the appropriate qualifications. These are: All staff involved in the delivery of this contract must have a Construction Skills Certification Scheme Card (CSCS). Bidders unable to demonstrate compliance with the above statement will have their tender rejected."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2019-02-15T00:00:00Z"
}
},
"classification": {
"id": "77314000",
"scheme": "CPV"
},
"reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2105/446) (as amended) may bring proceedings in the Sheriff Court or Court of Session",
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Request for Documentation: The Council will request the following documentation once all bids have been received: 1 Evidence of your company's insurance certificates detailing the required level of insurances as per the levels stated within this Contract Notice and as detailed within the Invitation to Tender document uploaded within the general attachments area. 2 Tenderers are required to submit S7 Declaration as part of their tender submission. The document is attached within the commercial envelope. 3 A completed copy of the Supporting Documents uploaded within the general attachments area in Public Contract Scotland Tender Portal, please note that documents must be signed by an authorised signatory. The Supporting Documents include. Agreement to S1 Equalities Questionnaire Agreement to S2 Equalities Declaration Agreement to S3 Tender Compliance Certificate Agreement to S4 No Collusion Certificate Agreement to S5 Prompt Payment Certificate Agreement to S6 Details of Registered Waste Carriers Agreement to S8 Scorecard Agreement to S9 List of Proposed Sub-Contractors Agreement to Parent Company Guarantee Agreement to S14 Destruction of Sensitive or Personal Information Certificate 4 Any contract awarded as a result of this tender exercise will be subject to Scots Law and the exclusive jurisdiction of the Scottish Courts. (SC Ref:584981)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000553010"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000553010"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "RC-CPU-18-180",
"status": "unsuccessful",
"statusDetails": "discontinued",
"relatedLots": [
"1"
]
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2018/S 156-358385"
}
]
}