Contract Notice (below OJEU threshold)
Section I: Contracting Change
authority
I.1) Name and addresses
Stirling Council
Strategic Procurement, Old Viewforth
Stirling
FK8 2ET
UK
Telephone: +44 1786233384
E-mail: murphyk@stirling.gov.uk
NUTS: UKM77
Internet address(es)
Main address: http://www.stirling.gov.uk/procurement
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00146
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:
https://www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Weed Spraying of Roads and Pavements
Reference number: SC1718-0117
II.1.2) Main CPV code
77312100
II.1.3) Type of contract
Services
II.1.4) Short description
Stirling Council is seeking to procure a single suitably qualified Supplier to provide a Contract for applying herbicide to kerbs and channels, French drains, safety fences, road furniture, footways, traffic islands, various other hard standing areas and invasive weeds.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
77312000
77312100
24453000
II.2.3) Place of performance
NUTS code:
UKM77
II.2.4) Description of the procurement
Stirling Council is seeking to procure a single suitably qualified Supplier to provide a Contract for applying herbicide to kerbs and channels, French drains, safety fences, road furniture, footways, traffic islands, various other hard standing areas and invasive weeds.
II.2.5) Award criteria
Criteria below:
Quality criterion: Compliance to Specification
/ Weighting: 20
Quality criterion: Contract Mobilisation
/ Weighting: 8
Quality criterion: Contract Management
/ Weighting: 8
Quality criterion: Innovation / Added Value
/ Weighting: 4
Price
/ 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:
Stirling Council reserves the right to extend this contract for a further period of 12 months making the maximum possible contract duration 4 years.
II.2.9) Information about the limits on the number of candidates to be invited
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Part IV: Selection criteria - B: Economic and financial standing – Question 4B.1 - Tenderers are required to have a minimum “general” annual turnover of 240,000 GBP for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition. Where this information is not available due to a new company being established a business plan should be provided demonstrating how the organisation will meet the annual turnover requirement.
Question 4B.2 Bidders will be required to have a minimum yearly “specific” turnover of 240,000 GBP for the last 2 years in the business area covered by the contract Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition. Where this information is not available due to a new company being established a business plan should be provided demonstrating how the organisation will meet the annual turnover requirement.
Part IV: Selection criteria - B: Economic and financial standing – Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4:
Liquidity ratio for Current Year
Liquidity ratio for Prior Year
The formula for calculating a Tenderer’s liquidity ratio is (current assets – stock or work in progress) divided by current liabilities. This is commonly known as the ‘Acid Test Ratio’. The acceptable range for each financial ratio is greater than 0.8. Where a Tenderer’s Liquidity ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Part IV: Selection criteria - B: Economic and financial standing – Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
a. Employers (Compulsory) Liability Insurance - 10m GBP
b. Public Liability Insurance - 5m GBP
c. Professional Indemnity - 2m GBP
d. Products Liability - 5m GBP
Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Part IV: Selection criteria – C: Question 4C.1 Bidders will be required to provide examples of work carried out in the past five years that demonstrate that they have the relevant experience to deliver the work.
Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management – Question 4D.1 – Quality Assurance Schemes – The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),
Minimum level(s) of standards required:
Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management – Question 4D.2 – Environmental Management – The Bidder must 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,
Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management – Question 4D.1 –Health and Safety Procedures – The bidder must 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.
III.2) Conditions related to the contract
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 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:
27/04/2018
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
27/04/2018
Local time: 12:00
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
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=538518.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://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.
(SC Ref:538518)
Download the ESPD document here: http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=538518
VI.4) Procedures for review
VI.4.1) Review body
Stirling Council
Strategic Procurement, Old Viewforth
Stirling
FK8 2ET
UK
Telephone: +44 1786233384
E-mail: murphyk@stirling.gov.uk
Internet address(es)
URL: http://www.stirling.gov.uk/procurement
VI.5) Date of dispatch of this notice
06/04/2018