Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Birmingham City Council
Woodcock Street
Birmingham
B4 7WB
UK
Contact person: Corporate Procurement Services
E-mail: etendering@birmingham.gov.uk
NUTS: UKG31
Internet address(es)
Main address: www.finditinbirmingham.com
Address of the buyer profile: www.in-tendhost.co.uk/birminghamcc
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.in-tendhost.co.uk/birminghamcc
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.in-tendhost.co.uk/birminghamcc
Tenders or requests to participate must be sent to the abovementioned address
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
Landscape Construction Framework Agreement 2024-28
Reference number: P1197
II.1.2) Main CPV code
45112700
II.1.3) Type of contract
Works
II.1.4) Short description
The Council wishes to establish a Framework Agreement for the provision of landscape construction works to improve and maintain green spaces on land owned by the Council. The framework agreement will be open for use by other public sector bodies, primarily contracting authorities in the west midlands region. The Framework Agreement will last for four 4 years (unless terminated under agreement provisions).The Framework Agreement will be split into two Lots, each Lot will be awarded on the following basis: Lot 1 – Landscape Construction Works• For the provision of new landscape construction works to improve and maintain green spaces on land owned by the Council.• Up to five suppliers will be awarded onto the framework agreement.Lot 2 – Landscape Repairs and Maintenance Works• For the provision of repairs and maintenance to improve and maintain green spaces on land owned by the Council.• Up to three suppliers will be awarded onto the framework agreement.
II.1.5) Estimated total value
Value excluding VAT:
9 600 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Landscape Construction Works
II.2.2) Additional CPV code(s)
45112700
71500000
45112720
45112723
45342000
45112710
45233222
45340000
45232452
II.2.3) Place of performance
NUTS code:
UKG3
UK
Main site or place of performance:
II.2.4) Description of the procurement
Lot 1 - Landscape Construction works include and are not limited to:• Asphalt surfacing• Tar spray and chip• Brick paving• Retaining walls• Fencing• Ground works• Drainage• Top soiling• Planting• Supply and installation of play equipment• Games courts
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
Lot No: 2
II.2.1) Title
Landscape Repairs and Maintenance Works
II.2.2) Additional CPV code(s)
50000000
45232451
45259000
77211500
45111240
45232452
45236290
II.2.3) Place of performance
NUTS code:
UKG3
UK
Main site or place of performance:
II.2.4) Description of the procurement
Lot 2 Repairs and Maintenance works include and are not limited to:• Small path repair works• Fencing repairs• Safety surfacing repairs• Small planting schemes• Drainage repairs and minor plumbing works
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
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:
Details will be provided in tender documentation.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 5
Justification for any framework agreement duration exceeding 4 years: Will not exceed 4 years
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:
20/02/2024
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:
20/02/2024
Local time: 12:00
Place:
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The contracting authority considers that this framework agreement may be suitable for economic operators that are small or medium enterprises (SMEs). For the avoidance of doubt, the contracting authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit pre-qualifications or in assessing the most economically advantageous tender. The contracting authority is seeking to establish the framework agreement as available also for use by or on behalf of UK public sector bodies (and their statutory successors and organisations created as a result of re-organisation or organisational changes). These will include: - Local Authorities i.e. a local authority as defined in Regulation 3(2) to (5) of the Public Contracts Regulations 2015. - Registered Providers (a list can be found at www.housingnet.co.uk); - NHS Bodies i.e. Acute Trusts, Ambulance Trusts, Primary Care trusts, Care trusts, NHS Hospital trusts, Strategic Health Authorities, Mental Health Trusts, Special Health authorities (a list of such authorities and trusts can be found at http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx ); - Police and Emergency Services authorities i.e. fire authorities, fire and rescue authorities (a list if fire authorities can be found at www.fireservice.co.uk/information/ukfrs ), police authorities and the Metropolitan Police Authority as defined by Regulations 3 (1)(j) to (p) of the Regulations;- Educational establishments i.e. schools maintained by local authorities, Academies, City Technology Colleges, further education establishments and Universities; - Central Government Departments and their Agencies (a list of Executive Agencies can be found at www.cabinetoffice.gov.uk/resource-library/government-ministers-and-responsibilities ); - Non Departmental Public Bodies (a list of NDPBs can be found at Annex A to the Public Bodies Directory 2009 published by the Cabinet Office which can be found at www.civilservice.gov.uk/about/resources/ndpb ); - Registered charities (a list can be found at www.charity-commission.gov.uk)If you are interested in quoting please click on the following link to access Birmingham City Council’s tender Portal:-. https://in-tendhost.co.uk/birminghamcc/ and submit your details to register as a bidder. We will send you a log on and password so you can download the Invitation to Tender document and supporting information; your completed ITT should be returned by 1200hrs on 20th February 2024 using the Supplier Portal.
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.5) Date of dispatch of this notice
16/01/2024