Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Fife Council
Fife House, North Street
Glenrothes
KY7 5LT
UK
Contact person: Yahia Reggab
Telephone: +44 3451550000
E-mail: yahia.reggab@fife.gov.uk
NUTS: UKM72
Internet address(es)
Main address: http://www.fife.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
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
Provision of Rural Verge Cutting
Reference number: TW0027
II.1.2) Main CPV code
77314000
II.1.3) Type of contract
Services
II.1.4) Short description
This Framework is for Rural Verge Cutting within the Fife Area of the verges alongside the public roads predominantly in the rural areas - it will however, also include some grass cutting within an urban context but still within the boundaries of the Fife Council area
In addition, this Framework will contract also include Hedge Cutting (both Roadside Hedges and Amenity Hedges), Roadside Vegetation Cutting, and Vegetation Cutting in Meadow Cutting (i.e. Wild-Flower Areas), and Vegetation Cutting in Daffodil-Bulb Growing Areas.
The Framework will involve an element of ‘scavenging’ (i.e. litter picking) required in support of the cutting activities.
II.1.5) Estimated total value
Value excluding VAT:
560 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
77300000
77342000
II.2.3) Place of performance
NUTS code:
UKM72
Main site or place of performance:
Fife
II.2.4) Description of the procurement
This Framework is for Provision of Rural Verge Cutting within the Fife Area of the verges alongside the public roads predominantly in the rural areas - it will however, also include some grass cutting within an urban context but still within the boundaries of the Fife Council area
In addition, this Framework will contract also include Hedge Cutting (both Roadside Hedges and Amenity Hedges), Roadside Vegetation Cutting, and Vegetation Cutting in Meadow Cutting (i.e. Wild-Flower Areas), and Vegetation Cutting in Daffodil-Bulb Growing Areas.
The Framework will involve an element of ‘scavenging’ (i.e. litter picking) required in support of the cutting activities
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 20
Price
/ Weighting:
80
II.2.6) Estimated value
Value excluding VAT:
560 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Optional 12 months extension
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:
Yes
Description of options:
Fife Council may require additional purchases under this contract which have not been specifically detailed in the "specification" however any additional purchases will be in full accordance with the requirements of Regulation 72 of the Public Contract (Scotland) Regulations 2015.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
List and brief description of selection criteria:
Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.
Financial Analysis of ratios/accounts – The ratio to be used will be the ‘Current Ratio’ calculation based on Current Liabilities as a
percentage of Current Assets. If the resultant ratio is 1 or greater then no further analysis by Finance is required. Where a Tenderer does not
meet this requirement, the tenderer will be asked to provide further details to confirm why they don’t meet this requirement and the Council
may undertake additional financial checks and a qualitative judgement shall be made as to the financial capacity of the tenderer.
Insurance - GBP10M Employers Liability, GBP5.0M Public Liability and GBP0.25M Professional Indemnity and GBP2.5M Product
Liability
Vehicle Insurance: Evidence of this for Agreements where vehicles used.
Minimum level(s) of standards required:
List and brief description of selection criteria:
Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.
Financial Analysis of ratios/accounts – The ratio to be used will be the ‘Current Ratio’ calculation based on Current Liabilities as a
percentage of Current Assets. If the resultant ratio is 1 or greater then no further analysis by Finance is required. Where a Tenderer does not
meet this requirement, the tenderer will be asked to provide further details to confirm why they don’t meet this requirement and the Council
may undertake additional financial checks and a qualitative judgement shall be made as to the financial capacity of the tenderer.
Insurance - GBP10M Employers Liability, GBP5.0M Public Liability and GBP0.25M Professional Indemnity and GBP2.5M Product
Liability
Vehicle Insurance: Evidence of this for Agreements where vehicles used.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.Criteria for evaluation – SPD (Scotland)
will be used for the Selection Criteria.
Parts 1, 2, 3, 4 & 6 will be included. The following questions will be used in Part 4;
Section B – Economic & Financial Standing – 4B.5.1, 4B.5.2, 4B.5.3 and 4B.6
Section C – Technical & Professional Ability – 4C.1.2 & 4C.6
Section D - Quality Assurance Schemes and Environmental Management Standards – 4D.1, 4D.1.1 & 4D.1.2 AND 4D.2, 4D2.1 & 4D2.2.2
Minimum level(s) of standards required:
Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.Criteria for evaluation – SPD (Scotland)
will be used for the Selection Criteria.
Parts 1, 2, 3, 4 & 6 will be included. The following questions will be used in Part 4;
Section B – Economic & Financial Standing – 4B.5.1, 4B.5.2, 4B.5.3 and 4B.6
Section C – Technical & Professional Ability – 4C.1.2 & 4C.6
Section D - Quality Assurance Schemes and Environmental Management Standards – 4D.1, 4D.1.1 & 4D.1.2 AND 4D.2, 4D2.1 & 4D2.2.2
Minimum level(s) of standards required:
Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.Criteria for evaluation – SPD (Scotland)
will be used for the Selection Criteria.
Parts 1, 2, 3, 4 & 6 will be included. The following questions will be used in Part 4;
Section B – Economic & Financial Standing – 4B.5.1, 4B.5.2, 4B.5.3 and 4B.6
Section C – Technical & Professional Ability – 4C.1.2 & 4C.6
Section D - Quality Assurance Schemes and Environmental Management Standards – 4D.1, 4D.1.1 & 4D.1.2 AND 4D.2, 4D2.1 & 4D2.2.2
Minimum level(s) of standards required:
Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.Criteria for evaluation – SPD (Scotland)
will be used for the Selection Criteria.
Parts 1, 2, 3, 4 & 6 will be included. The following questions will be used in Part 4;
Section B – Economic & Financial Standing – 4B.5.1, 4B.5.2, 4B.5.3 and 4B.6
Section C – Technical & Professional Ability – 4C.1.2 & 4C.6
Section D - Quality Assurance Schemes and Environmental Management Standards – 4D.1, 4D.1.1 & 4D.1.2 AND 4D.2, 4D2.1 & 4D2.2.2
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: 2
Justification for any framework agreement duration exceeding 4 years: 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:
09/06/2025
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: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
09/06/2025
Local time: 12:00
Place:
Fife
Information about authorised persons and opening procedure:
Yahia Reggab
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
2028
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is . For more information see: http://www.publiccontractsscotland.gov.uk/
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:
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:
Tenderers shall provide a Community Benefits delivery plan/ methodology as part of their tender submission, fully describing how they
would intend to deliver these benefits. For more details see the tender documents.
Fair Work First is included in this requirement. For more information see the TN2 document.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29116. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
See the tender document
(SC Ref:797155)
VI.4) Procedures for review
VI.4.1) Review body
Sheriff Court
Courthouse Whyescauseway
Kirkcaldy
KY1 1XQ
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts
(Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session
VI.5) Date of dispatch of this notice
08/05/2025