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

Landscape Construction Framework Agreement 2024-28

  • First published: 18 January 2024
  • Last modified: 18 January 2024

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-042d7a
Published by:
Birmingham City Council
Authority ID:
AA22066
Publication date:
18 January 2024
Deadline date:
20 February 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

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

Coding

Commodity categories

ID Title Parent category
71500000 Construction-related services Architectural, construction, engineering and inspection services
45232451 Drainage and surface works Ancillary works for pipelines and cables
45232452 Drainage works Ancillary works for pipelines and cables
45342000 Erection of fencing Fencing, railing and safety equipment installation work
45340000 Fencing, railing and safety equipment installation work Building installation work
45111240 Ground-drainage work Demolition, site preparation and clearance work
45112700 Landscaping work Excavating and earthmoving work
45112710 Landscaping work for green areas Excavating and earthmoving work
45112723 Landscaping work for playgrounds Excavating and earthmoving work
45112720 Landscaping work for sports grounds and recreational areas Excavating and earthmoving work
45233222 Paving and asphalting works Construction, foundation and surface works for highways, roads
45259000 Repair and maintenance of plant Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry
50000000 Repair and maintenance services Other Services
45236290 Repair work on recreational areas Flatwork
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:
etendering@birmingham.gov.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.