By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

CLC4375 Landscape Framework Contract.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

London Borough of Tower Hamlets
Mulberry Place, 5 Clove Crescent
Contact point(s): https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm
E14 2BG London
UNITED KINGDOM
Telephone: +44 2073644795
E-mail:

Internet address(es):

General address of the contracting authority: http://www.towerhamlets.gov.uk/

Address of the buyer profile: www.towerhamlets.gov.uk/data/business/data/council-business/index.cfm

Electronic access to information: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm

Electronic submission of tenders and requests to participate: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm

Further information can be obtained from: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm
https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm
Northumberland
UNITED KINGDOM
Internet address: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm
https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm
Northumberland
UNITED KINGDOM
Internet address: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm

Tenders or requests to participate must be sent to: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm
https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm
Northumberland
UNITED KINGDOM
Internet address: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
CLC4375 Landscape Framework Contract.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution

NUTS code UKI12

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators

Duration of the framework agreement

Duration in years: 3

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

Estimated value excluding VAT: 6 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Urban planning and landscape architectural services. Landscape architectural services. Landscaping work for playgrounds. Repair and maintenance services of playground equipment. Services related to water pollution. Planting and maintenance services of green areas. Paving and asphalting works. Laying of paving. Landscaping work for parks. Installation works of walkways. Installation of metal structures. Metalworking. Installation of metal joinery except doors and windows. Repair and maintenance work in connection with sports facilities. Parks maintenance services. Architectural design services. Project and design preparation, estimation of costs. Surface work for footpaths. Fences. Park and playground equipment. Drainage and surface works. Demolition work. Building demolition and wrecking work and earthmoving work. Demolition, site preparation and clearance work. Landscaping work. Landscaping work for green areas. Ground-drainage work. Ground investigation work. Landscaping work for roads and motorways. Multi-purpose sports facilities construction work. Reinforced-concrete structures. Paths and other metalled surfaces. Footpath construction work. Cycle path construction work. Installation of bollards. Installation of street furniture. Masonry and bricklaying work. Site-clearance work. Landscaping work for sports grounds and recreational areas. Construction works for compost facility. Irrigation works. Irrigation piping construction work. Installation of safety equipment. Construction work for water projects. Repair and maintenance services of pumps. Services incidental to fishing. Aquaculture services. Installation services of fitness equipment. Architectural services for outdoor areas. Architectural and related services. Advisory architectural services. Feasibility study, advisory service, analysis. Approval plans, working drawings and specifications. Determining and listing of quantities in construction. Supervision of project and documentation. Environmental impact assessment for construction. Risk or hazard assessment for construction. Ground investigation services. Topographical services. Surface surveying services. Construction-site supervision services. Construction project management services. Security fittings. Assembly of metal structures. Structural steelworks. Parking-lot-surface painting work. Erection of road-barriers. Repair work on recreational areas. Metal roof-covering work. Sheeting work. Welding. Fencing, railing and safety equipment installation work. Erection of railings. Erection of fencing. Installation of doors. Installation of shutters. Installation of grilles. Installation of gates. Ironmongery work. Application work of protective coatings. Painting work. Paint-stripping work. Repainting work. Surface-protection work. Restoration work. Installation services of flagpoles. Urban planning and landscape architectural services. Landscape architectural services. Landscaping work for playgrounds. Repair and maintenance services of playground equipment. Services related to water pollution. Planting and maintenance services of green areas. Paving and asphalting works. Laying of paving. Landscaping work for parks. Installation works of walkways. Installation of metal structures. Metalworking. Installation of metal joinery except doors and windows. Repair and maintenance work in connection with sports facilities. Ornamental and pleasure gardens maintenance services. Parks maintenance services. Sports fields maintenance services. Architectural design services. Project and design preparation, estimation of costs. Surface work for footpaths. Fences. Park and playground equipment. Drainage and surface works. The Framework Agreement will generally comprise works of varying value up to approximately 250,000 GBP of the following type:-
- supply and installation of play equipment;
- soft landscaping - turfing , planting , shrubs , trees;
- hard landscaping;
- groundworks - remodelling to create mounds,
- furniture - seat , bins , bollards;
- metalworks - supply and install new gates and railings;
- new footpaths / resurfacing of existing;
- signage;
- boundary work - walls;
- water features, ponds;
- sports facilities - pitch markings, tennis courts;
- drainage;
- multi -use games area [MUGA].
The Framework will be broken down into 6 Lots:
Lot 1 - Hard Landscaping,
Lot 2. Soft Landscaping,
Lot 3. Water features,
Lot 4. Playgrounds,
Lot 5. Landscape Consultant,
Lot 6. Metal work and general repairs.
II.1.6)Common procurement vocabulary (CPV)

71400000, 71420000, 45112723, 50870000, 90733000, 77310000, 45233222, 45432112, 45112711, 45213316, 45223110, 45262670, 45421140, 45212290, 77313000, 71220000, 71242000, 45233253, 34928200, 43325000, 45232451, 45111100, 45110000, 45111000, 45112700, 45112710, 45111240, 45111250, 45112730, 45212220, 45223500, 45233160, 45233161, 45233162, 45233291, 45233293, 45262500, 45111213, 45112720, 45213280, 45232120, 45232121, 45233292, 45240000, 50511000, 77700000, 77800000, 51121000, 71222000, 71200000, 71210000, 71241000, 71245000, 71246000, 71248000, 71313400, 71313410, 71351500, 71351810, 71353000, 71521000, 71541000, 35121300, 45223100, 45223210, 45233270, 45233280, 45236290, 45261213, 45261400, 45262680, 45340000, 45341000, 45342000, 45421131, 45421142, 45421147, 45421148, 45421160, 45442000, 45442100, 45442190, 45442180, 45442300, 45454100, 51122000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Hard Landscaping
1)Short description
To cover all hard landscaping required in newly designed park spaces as well as repairs and improvements to the ‘hard' elements of existing landscapes, from demolition and clearance through to installation of site furniture. To include supply of materials, plant and labour for ground works, mounding/earthworks, soil stabilisation and drainage. As well as the construction of new paths, level changes, ball court and playing pitch surfaces and walls including repairs or resurfacing to existing facilities within parks and other outdoor spaces.
2)Common procurement vocabulary (CPV)

45432112, 45233222, 45233253, 45111100, 45110000, 45111000, 45212290, 45112711, 45112700, 45112710, 45213316, 45232451, 45111240, 45111250, 45112730, 45212220, 45223500, 45233160, 45233161, 45233162, 45233291, 45233293, 45262500

3)Quantity or scope
Please note the estimated value of 600,000 GBP is per annum.
Estimated value excluding VAT: 600 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The total annual spend under this lot is estimated to be 600,000 GBP. This figure is determined on previous spend over the last 12 months and may not reflect the actual annual expenditure under this lot. The Council intends to spend a maximum of 2,000,000 GBP per annum under the framework as a whole. As such it wishes to appoint providers at least capable of delivering the figure of 600,000 GBP to this lot.
Lot No: 2 Lot title: Soft Landscaping
1)Short description
To cover all aspects of soft landscaping in both newly designed spaces as well as refreshing existing spaces. From site clearance including treatment and removal of notifiable weeds, to earthworks, both provision of new topsoil and amelioration of existing. To include construction or remedial work to rustic paths, slope stabilisation and ground protection, preparation of planting/seed beds including levelling, supply and planting of outdoor plants, seeding and turfing, and the maintenance of landscaped areas until taken over by our maintenance contractor.
2)Common procurement vocabulary (CPV)

77310000, 45212290, 77313000, 45112711, 45112700, 45112710, 34928200, 45111213, 45112720, 45112723, 45112730, 45213280, 45232120, 45232121

3)Quantity or scope
Please note the estimated value of 350,000 GBP is per annum.
Estimated value excluding VAT: 350 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The total annual spend under this lot is estimated to be 350,000 GBP. This figure is determined on previous spend over the last 12 months and may not reflect the actual annual expenditure under this lot. The Council intends to spend a maximum of 2,000,000 GBP per annum under the framework as a whole. As such it wishes to appoint providers at least capable of delivering the figure of 350,000 GBP to this lot.
Lot No: 3 Lot title: Water Features
1)Short description
To cover all aspects from creation of new to maintenance or repairs to existing water features within the borough (excluding navigation canals and active docks). The works to include; water quality testing and improvement treatments, supply and installation of below and above ground water features, installation and repair of lake linings and edge treatments, creation/provision and maintenance of platforms, fish/lily refuges and floating nesting sites, the maintenance and replacement of pumps, aeration and fountain equipment and aquatic lighting, fish relocation and invasive species removal/control, and the supply and planting of aquatic and marginal plants.
2)Common procurement vocabulary (CPV)

90733000, 45233292, 45240000, 50511000, 77700000, 77800000

3)Quantity or scope
Please note the estimated value of 100,000 GBP is per annum.
Estimated value excluding VAT: 100 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The total annual spend under this lot is estimated to be 100,000 GBP. This figure is determined on previous spend over the last 12 months and may not reflect the actual annual expenditure under this lot. The Council intends to spend a maximum of 2,000,000 GBP per annum under the framework as a whole. As such it wishes to appoint providers at least capable of delivering the figure of 100,000 GBP to this lot.
Lot No: 4 Lot title: Playgrounds
1)Short description
To cover all aspects of creation and maintenance of new or existing play areas including; site clearance, earthworks, break out of existing for re-use or removal, supply, storage and installation, repairs and maintenance of new and reused play equipment, sports equipment, safety surfacing and ball games courts and including re-painting/staining, the supply and installation of site furniture, logs, boulders and construction of paths, and certification for all equipment on completion of works and, as required, the provision of inspection reports for existing play structures to specified national and international standards.
2)Common procurement vocabulary (CPV)

50870000, 45112723, 43325000, 51121000

3)Quantity or scope
Please note the estimated value of 300,000 GBP is per annum.
Estimated value excluding VAT: 300 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The total annual spend under this lot is estimated to be 300,000 GBP. This figure is determined on previous spend over the last 12 months and may not reflect the actual annual expenditure under this lot. The Council intends to spend a maximum of 2,000,000 GBP per annum under the framework as a whole. As such it wishes to appoint providers at least capable of delivering the figure of 300,000 GBP to this lot.
Lot No: 5 Lot title: Landscape Consultant
1)Short description
To provide fee based landscape design and administration services, including; project scoping, feasibility and design brief development, concept proposal, stakeholder engagement, communications and consultation, technical design, production information, tender documents and actions, administration of construction to completion phases, and the development of open space management plans. Also; masterplanning services including; project scoping and preparation, baseline information gathering and evaluation, strategic framework development, design preparation and reporting, and development of implementation plans.
2)Common procurement vocabulary (CPV)

71420000, 71400000, 71222000, 71200000, 71210000, 71220000, 71242000, 71241000, 71245000, 71246000, 71248000, 71313400, 71313410, 71351500, 71351810, 71353000, 71521000, 71541000

3)Quantity or scope
Please note the estimated value of 150,000 GBP is per annum.
Estimated value excluding VAT: 150 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The total annual spend under this lot is estimated to be 150,000 GBP. This figure is determined on previous spend over the last 12 months and may not reflect the actual annual expenditure under this lot. The Council intends to spend a maximum of 2,000,000 GBP per annum under the framework as a whole. As such it wishes to appoint providers at least capable of delivering the figure of 150,000 GBP to this lot.
Lot No: 6 Lot title: Metal work and General Repairs
1)Short description
To carry out planned responsive and emergency (24hr) works in public spaces and associated buildings including supply, manufacture and installation of structures, fences, barriers, access points, outdoor furniture and equipment in metal and other mediums, and to maintain and repair the same as required.
2)Common procurement vocabulary (CPV)

45262670, 45421140, 45223110, 45212290, 34928200, 35121300, 45223100, 45223210, 45233270, 45233280, 45233291, 45233292, 45233293, 45236290, 45261213, 45261400, 45262680, 45340000, 45341000, 45342000, 45421131, 45421142, 45421147, 45421148, 45421160, 45442000, 45442100, 45442190, 45442180, 45442300, 45454100, 51122000

3)Quantity or scope
Please note the estimated value of 500,000 GBP is per annum.
Estimated value excluding VAT: 500 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The total annual spend under this lot is estimated to be 500,000 GBP. This figure is determined on previous spend over the last 12 months and may not reflect the actual annual expenditure under this lot. The Council intends to spend a maximum of 2,000,000 GBP per annum under the framework as a whole. As such it wishes to appoint providers at least capable of delivering the figure of 500,000 GBP to this lot.

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 financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The bidder's company must have an annual turnover of at least twice the annual value, per lot of the contract; where bidding for multiple lots, the turnover must be twice the combined values.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Bidders company to have annual turnover of at least 2 times the annual value per lot of the contract.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance.
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established.
(c) A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Minimum level(s) of standards possibly required: Bidders company to have annual turnover of at least 2 times the annual value per lot of the contract.
III.2.3)Technical capacity
Minimum level(s) of standards possibly required:
As stated in the Pre-Qualification Questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 8
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
CLC4375
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
11.7.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
Framework agreement with several operators available to the London Borough of Tower Hamlets, the Council's Arm's Length Management Organisation - Tower Hamlets Homes Limited and any Local Education Authority school within the administrative area of the London Borough of Tower Hamlets.
Please note all expressions of interest must be received via the portal (link provided in Annexe A I & A II) and all Pre Qualificaton Questionnaires must be downloaded and completed and returned via the same portal by 12:00 noon on 11.7.2013.
To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=61143202

GO Reference: GO-2013610-PRO-4866453
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

London Borough of Tower Hamlets
Mulberry Place
E14 2BG London
UNITED KINGDOM
Telephone: +44 2073644831

Body responsible for mediation procedures

London Borough of Tower Hamlets
Mulberry Place
E14 2BG London
UNITED KINGDOM
Telephone: +44 2073644831

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

London Borough of Tower Hamlets
Mulberry Place
E14 2BG London
UNITED KINGDOM
Telephone: +44 2073644831

VI.5)Date of dispatch of this notice:
10.6.2013