Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Arborist Services

  • First published: 31 August 2023
  • Last modified: 31 August 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03f7f7
Published by:
Home Fix Scotland
Authority ID:
AA82606
Publication date:
31 August 2023
Deadline date:
29 September 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Home Fix Scotland are seeking to appoint a highly competent and experienced contractor to provide arborist services.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Home Fix Scotland

Clyde View, 22 Pottery Street

Greenock

PA15 2UZ

UK

Telephone: +44 8000132196

E-mail: procurement@riverclydehomes.org.uk

NUTS: UKM83

Internet address(es)

Main address: http://riverclydehomes.org.uk

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12102

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

Body governed by public law

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Arborist Services

Reference number: HFS035

II.1.2) Main CPV code

77211500

 

II.1.3) Type of contract

Services

II.1.4) Short description

Home Fix Scotland are seeking to appoint a highly competent and experienced contractor to provide arborist services.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

77211300

77211400

77340000

77341000

II.2.3) Place of performance

NUTS code:

UKM83


Main site or place of performance:

Inverclyde

II.2.4) Description of the procurement

Home Fix Scotland are seeking to appoint a highly competent and experienced contractor to provide arborist services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Methodology & Approach / Weighting: 50.00%

Quality criterion: Fair Work First / Weighting: 10.00%

Quality criterion: Community Benefits / Weighting: 10.00%

Quality criterion: Data Protection / Weighting: Pass/Fail

Price / Weighting:  30%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The contract will run for an initial 2-year period. HFS may wish, at its sole discretion, to extend any resultant agreement for a further 2, 12 month periods subject to the agreement of the successful bidder.

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

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.

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:

It is a prerequisite for any company that wishes to be considered for the contract that they are an Arboricultural Association Approved Contractor. This will be verified by HFS via the ARB website.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

SPD Question 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:

Employers Liability Insurance = 5m 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 = 2m GBP

4B.6

The bidder’s company name and registration number will be used to obtain a financial risk assessment report from Dun & Bradstreet. Only companies, that are deemed to be financially stable by RCH’s Finance Department, on the strength of their financial report will be eligible to be a party to the contract. It is the tenderers responsibility to ensure that the information held by Dun & Bradstreet is up to date at the time of submission. If you prefer to have this assessment carried out in respect of a guarantor, such as an ultimate parent body, then you may elect for this option and details of the guarantor should be provided. Bidders should provide their company registration number in the space provided in the SPD.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

SPD Question 4C.1

Provide three examples of the successful delivery of contracts that are close in nature and scope to HFS’s requirement. Bidders require to describe the scope of the contracts, what their responsibilities are / were, what the scale of the contract was, and how they have performed within the contract. Bidders are required to provide written references, with their tender response, from two of the three clients listed. The references should provide a summary of the works undertaken and indicate the client’s own satisfaction levels with the quality of service they received (Pass/Fail)

SPD Question 4C.2

Bidders are required to provide details of the available pool of on-site Tree Surgeons / Arborists (not management staff) who will be involved in performing the contract in the event of a successful bid. This should include staff numbers, and information in relation to the staff members core skills, qualifications, accreditations, experience and competency. (Pass/Fail)

SPD Question 4C.4

If bidders intend to use a supply chain to deliver the contract they should confirm they have robust systems in place to ensure they pay subcontractors through the supply chain promptly and effectively, and will be able to evidence if requested:

a) their standard payment terms

b) ≥95% of all supply chain invoices being paid on time in the last financial year

If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance, with their SPD response.(Pass/Fail)

SPD Question 4C.6.1

Bidders are required to provide details of the relevant experience and educational and professional qualifications held by held by its managerial staff.(Pass/Fail)

SPD Question 4C.10

Bidders are required to provide details of the proportion of the contract that they intend to subcontract, list the workstreams that will be sub-contracted, provide details of the sub-contractors they intend to sub-contract these works to, and explain how they’ve been selected and how they will be managed. A separate SPD for each named subcontractor must be completed and submitted with your response.

Although sub-contracting is not in and of itself an issue, failure to provide the required information in relation to sub contractors may result in your company being removed from the process.(Pass/Fail)

SPD Question 4D.1

Bidders should be able to produce certificates drawn up by independent bodies attesting that the bidder holds a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO9001 (or equivalent)

Or

A documented policy regarding quality management. 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. (Pass/Fail)

and

Be able to provide evidence of a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 / 45001 (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. Where the preferred bidder does not hold the above accreditation, they will require to satisfy HFS' Internal Health & Safety Team of their competence through other means prior to any contract award. (Pass/Fail)


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The contract will be subject to formal Key Performance Indicators which are detailed within the attached tender document.

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: 29/09/2023

Local time: 12:00

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

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 29/09/2023

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

August 2027

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

Tenders must be submitted electronically via the Public Contracts Scotland (PCS) Electronic Tender Post Box. Any response not submitted via the post box will not be considered. Any questions in relation to the tender must be raised via the 'Question & Answer' function of the PCS website.

Tenderers should ensure they read and understand the SPD guidance document attached to the contract notice prior to submitting a bid.

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=743224.

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:

Bidders are required to set out what specific, tangible, community benefits they will bring to the Inverclyde area in the event of a successful bid. The response may address but is not limited to, targeted recruitment & training; equal opportunities; supply-chain initiatives; environmental initiatives (recycling), community consultation; contributions to education; the promotion of social enterprises; and resources for community initiatives. These benefits must be specific to this contract and not part of a wider Corporate Social Responsibility (CSR) programme. 10% of the total tender score will be allocated for this award criterion.

(SC Ref:743224)

VI.4) Procedures for review

VI.4.1) Review body

Greenock Sheriff Court House,

1 Nelson St, Greenock

Greenock

PA15 1TP

UK

Internet address(es)

URL: http://riverclydehomes.org.uk

VI.5) Date of dispatch of this notice

30/08/2023

Coding

Commodity categories

ID Title Parent category
77341000 Tree pruning Tree pruning and hedge trimming
77340000 Tree pruning and hedge trimming Horticultural services
77211300 Tree-clearing services Services incidental to logging
77211400 Tree-cutting services Services incidental to logging
77211500 Tree-maintenance services Services incidental to logging

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@riverclydehomes.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.