Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Ground Maintenance Services

  • Cyhoeddwyd gyntaf: 12 Mawrth 2024
  • Wedi'i addasu ddiwethaf: 12 Mawrth 2024

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-04471b
Cyhoeddwyd gan:
Falkirk Council
ID Awudurdod:
AA21680
Dyddiad cyhoeddi:
12 Mawrth 2024
Dyddiad Cau:
15 Ebrill 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Falkirk Council wishes to undertake a tendering process to enter into a framework agreement with suitably experienced contractors for the

provision of a Ground Maintenance Service within the Falkirk Council Area of Operations.

The framework consist of 3 Lots, to which up to a maximum of 5 Contractors may be appointed per lot.

- Lot 1: Arboriculture Services, approximate framework term Lot Value 380 000 GBP (51%)

- Lot 2: Grass Cutting for Rural Area, approximate framework term Lot Value 190 000 GBP (25%)

- Lot 3: Herbicides Treatment, approximate framework term Lot Value 180 000 GBP (24%)

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Falkirk Council

The Foundry, 4 Central Park, Central Boulevard

Larbert

FK5 4RU

UK

Ffôn: +44 1324506566

E-bost: CPU@falkirk.gov.uk

NUTS: UKM76

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.falkirk.gov.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

www.publiccontractsscotland.gov.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

www.publiccontractsscotland.gov.uk


Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:

www.publiccontractsscotland.gov.uk


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Ground Maintenance Services

Cyfeirnod: PS/259/24

II.1.2) Prif god CPV

77314000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Falkirk Council wishes to undertake a tendering process to enter into a framework agreement with suitably experienced contractors for the

provision of a Ground Maintenance Service within the Falkirk Council Area of Operations.

The framework consist of 3 Lots, to which up to a maximum of 5 Contractors may be appointed per lot.

- Lot 1: Arboriculture Services, approximate framework term Lot Value 380 000 GBP (51%)

- Lot 2: Grass Cutting for Rural Area, approximate framework term Lot Value 190 000 GBP (25%)

- Lot 3: Herbicides Treatment, approximate framework term Lot Value 180 000 GBP (24%)

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 750 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer pob lot

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Arboriculture Services

II.2.2) Cod(au) CPV ychwanegol

03452000

77211300

77211400

77211500

77341000

II.2.3) Man cyflawni

Cod NUTS:

UKM76


Prif safle neu fan cyflawni:

Falkirk Council's area of Operations

II.2.4) Disgrifiad o’r caffaeliad

Falkirk Council wishes to establish a framework agreement with suitably experienced contractors for the provision of Arboriculture

Services within the Falkirk Council Area of Operations.

The work will consist of a variety of different operations carried out on tagged trees. Details of the tree numbers and work required will be

provided, along with plans showing locations of the numbered trees. There may also be a requirement to carry out works on untagged,

non-surveyed trees. In this situation maps, descriptions of works, manual tree marking and site visits will provide information on the

contracted operations to be completed.

All operations should comply with British Standard BS 3998:2010 and with current industry best practice. Tree work should be effectively

organized and conducted to minimize any adverse effects on the trees, the site and their surroundings.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: qualitative / Pwysoliad: 30

Price / Pwysoliad:  70

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 380 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 01/08/2024

Diwedd: 31/07/2028

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

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

Rhif y Lot 2

II.2.1) Teitl

Grass Cutting for Rural Area

II.2.2) Cod(au) CPV ychwanegol

77314000

77314100

II.2.3) Man cyflawni

Cod NUTS:

UKM76


Prif safle neu fan cyflawni:

Falkirk Council's area of Operations

II.2.4) Disgrifiad o’r caffaeliad

Falkirk Council wishes to establish a framework agreement with suitably experienced contractors for the provision of Grass Cutting Services within the Falkirk Council Area of Operations.

Rural highway verges are to be cut to prevent the obstruction of sightlines, signage, prevent the establishment of self-set trees, inhibit the growth of weeds, and prevent vegetation encroaching onto footpaths and roads. Verges are located within the boundary of Falkirk Council and shown on the Ground Maintenance Service maps, numbered 1 to 23. These maps are located within the separately attached Zip Folder, (PS 259 24 - Lot 2 - Rural Verge Cutting Maps).

Flood prevention channels and burns are to be cut the full width of the banking using a 7 Mtr long reach side arm flail to prevent the establishment of self-set trees, inhibit the growth of weeds and prevent vegetation encroaching and narrowing the watercourse and blocking grills. Burns are located within the boundary of Falkirk Council and shown on the Ground Maintenance Service maps, numbered 24 to 45. These maps are located within the separately attached Zip Folder, (PS 259 24 - Lot 2 - Rural Verge Cutting Maps).

The contract requires up to two complete cycles of cutting to be completed between April October each year and each cycle to completed in no more than 6 weeks. The start date for each cycle to be provided by Falkirk Council’s designated Officer.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: qualitative / Pwysoliad: 30

Price / Pwysoliad:  70

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 190 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 01/08/2024

Diwedd: 31/07/2028

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

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

Rhif y Lot 3

II.2.1) Teitl

Herbicides Treatment

II.2.2) Cod(au) CPV ychwanegol

24453000

II.2.3) Man cyflawni

Cod NUTS:

UKM76


Prif safle neu fan cyflawni:

Falkirk Council's area of Operations

II.2.4) Disgrifiad o’r caffaeliad

Falkirk Council wishes to establish a framework agreement with suitably experienced contractors for the provision of a Herbicides

Treatment Service within the Falkirk Council Area of Operations.

The requirement will be for an initial full spray to be completed between the 1st May and 30th June annually over the term of the contract with an option of a second full spray between 1st August and 30th September annually at the discretion of the Authority. The Contractor is to allow in his price for treating all Urban Roads and Footpaths.

The contractor(s) shall carry out the spraying programme in an efficient manner all in accordance with the current provisions detailed in the Health & Safety at Work Act 1974 and The Control of Substances Hazardous to Health Regulation 2002 (COSHH) made under that Act, The Control of Pollution Act 1974, The Food and Environment Protection Act 1985 and The Control of Pesticides Regulations 1986 (amended 1997), The Water Act 1989, The Environmental Protection Act 1990, made under the Act.

Maps detailing the areas to be sprayed are located within the separately attached folder, (PS 259 24 - Lot 3 - Herbicide Area Maps).

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: qualitative / Pwysoliad: 30

Price / Pwysoliad:  70

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 180 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 01/08/2024

Diwedd: 31/07/2028

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

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: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

It is a requirement of this tender that if the Bidder is UK based they must hold a valid registration with Companies House. Where the

Bidder is UK based but not registered at Companies House they must be able to verify to the Council’s satisfaction that they are trading

from the address provided in the tender and under the Company name given.

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

A Credit safe credit scoring check will be ran on registered Company Name and Company Number provided by the bidder. Where the

resulting Credit Rating score is less than 30/100 the bidder may be excluded from the tender process unless suitable financial information is

provided that gives satisfactory assurances to the Council regarding financial risk in appointing the bidder to the contract


Lefel(au) gofynnol y safonau sydd eu hangen:

Employer’s (Compulsory) Liability Insurance = 10 Million GBP

Public Liability Insurance = 5 Million GBP

Product Liability Insurance = 5 Million GBP

Motor Insurance = 5 Million GBP

III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.2) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

As listed within the tender documentation

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

The procurement involves the establishment of a framework agreement with several operators.

Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 15

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 15/04/2024

Amser lleol: 11:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 6  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 15/04/2024

Amser lleol: 11:00

Place:

Falkirk

Gwybodaeth am bersonau awdurdodedig a'r weithdrefn agor:

Tender Opening Committee comprising Council Procurement Adviser

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

March 2028

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

1. Bidders will be required to provide 2 examples from the past 3 years that demonstrate that they have the relevant experience to deliver the services/ supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.

2. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

3. Bidders will be required to confirm that they have systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:

a) their standard payment terms

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) 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.

4. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), or provide additional supportive information as detailed within Document 5 "PS 259 24 SPD (Scotland) Standardised Statements".

5. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with ISO 45001:2018 (or equivalent) or provide additional supportive information as detailed within Document 5 "PS 259 24 SPD (Scotland) Standardised Statements".

6. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or provide additional supportive information as detailed within Document 5 "PS 259 24 (Scotland) Standardised Statements".

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=760271.

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.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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:

All Contractors on the Framework whose cumulative level of spend is greater than 100k GBP during the term of the agreement will be required to provide at least one six-weeks (No.6) period of paid work experience. Thereafter, an additional six-week period will be required for every 100k GBP of spend recorded, as detailed within the table on page 32 of the ITT document . The contractor will be required to meet with Falkirk Council’s Employment and Training Unit to discuss implementation prior to contract start.

(SC Ref:760271)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=760271

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Falkirk Sheriff Court and Justice of the Peace

Sheriff Court House Main Street Camelon

Falkirk

FK1 4AR

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

11/03/2024

Codio

Categorïau nwyddau

ID Teitl Prif gategori
24453000 Chwynladdwyr Cynhyrchion agrocemegol
03452000 Coed Cynhyrchion meithrinfeydd coed
77211300 Gwasanaethau clirio coed Gwasanaethau sy’n gysylltiedig â choedwigo
77211500 Gwasanaethau cynnal a chadw coed Gwasanaethau sy’n gysylltiedig â choedwigo
77314000 Gwasanaethau cynnal a chadw tiroedd Gwasanaethau plannu a chynnal a chadw mannau gwyrdd
77314100 Gwasanaethau glaswelltu Gwasanaethau cynnal a chadw tiroedd
77211400 Gwasanaethau torri coed Gwasanaethau sy’n gysylltiedig â choedwigo
77341000 Tocio coed Tocio coed a thorri gwrychoedd

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
CPU@falkirk.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.