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

Minor Landscaping Works.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Welwyn Hatfield Borough Council
The Campus
Contact point(s): Procurement
For the attention of: Andrew Harper
AL8 6AE Welwyn Garden City
UNITED KINGDOM
Telephone: +44 1707357000
E-mail:

Internet address(es):

General address of the contracting authority: www.welhat.gov.uk

Address of the buyer profile: http://www.delta-esourcing.com/delta

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

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:
Minor Landscaping Works.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services

NUTS code UKH23

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 a single operator

Duration of the framework agreement

Duration in years: 2

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

Estimated value excluding VAT: 250 000 GBP
II.1.5)Short description of the contract or purchase(s)
Landscaping work. Landscaping work for green areas.
II.1.6)Common procurement vocabulary (CPV)

45112700, 45112710

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Scope of Works:The works are likely to include the following:
- Supply and fit Fencing;
- Supply and Fit gates;
- Supply / collect and plant shrubs;
- Supply and spread soil conditioner;
- Supply of labour for general ad hoc works;
- Allotment Works;
- Hedge trimming;
- Other related landscaping works.
Estimated value excluding VAT: 250 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: Option to extend contract by 24 months in two 12 monthly periods.
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Starting 1.8.2014. Completion 31.7.2016

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A 10 % performance bond may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
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: yes
Description of particular conditions: Yes detailed in the tender documents.
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: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr

Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
As detailed in the application form.
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.
As detailed in the application form.
Minimum level(s) of standards possibly required: As detailed in the application form.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As detailed in the application form.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

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
Objective criteria for choosing the limited number of candidates: As detailed in the application form.
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:
C673
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 23.2.2014 - 23:59
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
24.2.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
21.3.2014
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
VI.2)Information about European Union funds
VI.3)Additional information
Welwyn Hatfield Borough Council has moved to a new way of e-Tendering and worked closely with the County, other Districts and Partners to create a joint procurement website called Supply Hertfordshire. This website is supported by BiP Solutions who provide a system called Delta-ets which is the background platform to Supply Hertfordshire.
The Pre-Qualification Process.
This tender is a two stage process and you will only be invited to tender if you have successfully passed through the Pre-Qualification Questionnaire (PQQ) stage. If you wish to be considered as a tenderer you must complete and submit a completed PQQ via Tenderbox by 12:00 hrs on 24.2.2014. PQQs cannot be uploaded after the closing date/time. Any supporting documents should be cross-referenced to the relevant question. If the Council requires further information concerning your application form your Organisation will be contacted.
Step 1: Registering with Supply Hertfordshire.

To participate in this tender you will need to go into http://supplyhertfordshire.g2b.info/hpf/ and register, thereafter you will be issued with a Username and Password. (If you have already registered with Delta-ets or Supply Hertfordshire, please follow the link above where you can log on using your existing username and password. If you have registered and have forgotten your Username and Password, please click on the forgotten password link below the log in box.) Please keep this Username and Password secure, and do not pass it to any third parties.

Step 2: Completing your PQQ.
To complete the PQQ for this Tender you will need to go into the Tenderbox area and enter the Tender Access Code 87FUR5E823. You will then need to download the relevant PQQ and complete. Please complete the information as fully as possible.
Step 3: Uploading Your Completed PQQ.
Once you have completed your PQQ for this Tender exercise you must then "upload” your completed response in to the Tenderbox (Tender Access Code 87FUR5E823).
Please make sure you have submitted your completed PQQ to the correct Tender Access Code, the Council will not be held accountable for any errors made by a tenderer in submitting your completed PQQ.
Please note you will have to satisfactorily, pass through this pre-qualification stage to be invited to Tender via e-mail.

If you are experiencing problems, please contact the Delta helpdesk via email at or call +44 8452707050 Monday to Friday 9:00 am - 17:00 pm for further assistance.

To view this notice, please click here: https://supplyhertfordshire.g2b.info/delta/viewNotice.html?noticeId=86640334

GO Reference: GO-2014124-PRO-5413113
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Welwyn Hatfield Borough Council
The Campus
AL8 6AE Welwyn Garden City
UNITED KINGDOM
E-mail:
Telephone: +44 1707357371
Internet address: www.welhat.gov.uk

Body responsible for mediation procedures

Centre for Effective Dispute Resolution (CEDR)
The Campus, 70 Fleet Street
EC4Y 1EU London
UNITED KINGDOM
E-mail:
Telephone: +44 2075366000
Internet address: www.cedr.com

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

Welwyn Hatfield Borough Council
The Campus
AL8 6AE Welwyn Garden City
UNITED KINGDOM
E-mail:
Telephone: +44 1707357371
Internet address: www.welhat.gov.uk

VI.5)Date of dispatch of this notice:
24.1.2014