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

Supply and Delivery of Bedding Plants, Bulbs, Trees and Shrubs

  • First published: 31 July 2019
  • Last modified: 31 July 2019

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:
Published by:
Tayside Procurement Consortium
Authority ID:
AA20930
Publication date:
31 July 2019
Deadline date:
29 August 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Supply and delivery of bedding plant in various forms including seed, plug and finished.

Supply and delivery of hanging baskets.

Participating organisations:

— Angus Council,

— Dundee City Council,

— Perth and Kinross Council,

— Leisure and Culture Dundee,

— Dundee and Angus College,

— NHS Tayside,

— University of Dundee,

— University of Abertay.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Tayside Procurement Consortium

Fairmuir Depot, 365 Clepington Road

Dundee

DD8 3DZ

UK

Telephone: +44 1382834009

E-mail: yvonne.graham@dundeecity.gov.uk

NUTS: UKM7

Internet address(es)

Main address: http://www.taysideprocurement.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12382

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/esop/pts-host/public/pts/web/login.html


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/esop/pts-host/public/pts/web/login.html


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

Supply and Delivery of Bedding Plants, Bulbs, Trees and Shrubs

Reference number: TPC/PLANTS/19/01

II.1.2) Main CPV code

03110000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Supply and delivery of bedding plants, bulbs, trees and shrubs for the following participating organisations:

— Angus Council,

— Dundee City Council,

— Perth and Kinross Council,

— Leisure and Culture Dundee,

— Dundee and Angus College,

— NHS Tayside,

— University of Dundee,

— University of Abertay.

II.1.5) Estimated total value

Value excluding VAT: 1 200 000.00  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

Bedding Plants

II.2.2) Additional CPV code(s)

03121100

03117200

03441000

II.2.3) Place of performance

NUTS code:

UKM71

UKM77


Main site or place of performance:

The geographical areas of Angus, Dundee and Perth and Kinross.

II.2.4) Description of the procurement

Supply and delivery of bedding plant in various forms including seed, plug and finished.

Supply and delivery of hanging baskets.

Participating organisations:

— Angus Council,

— Dundee City Council,

— Perth and Kinross Council,

— Leisure and Culture Dundee,

— Dundee and Angus College,

— NHS Tayside,

— University of Dundee,

— University of Abertay.

II.2.5) Award criteria

Criteria below:

Quality criterion: Service requirements / Weighting: 70

Quality criterion: Product quality / Weighting: 20

Quality criterion: Sustainability / Weighting: 10

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 1 200 000.00  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:

The purchaser shall have the option of extending the contract (either singly or in phases) for a further period (or periods) of up to 1 year after the expiry of the term.

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

Lot No: 2

II.2.1) Title

Trees

II.2.2) Additional CPV code(s)

03452000

II.2.3) Place of performance

NUTS code:

UKM71

UKM77


Main site or place of performance:

The geographic areas of Angus, Dundee and Perth and Kinross.

II.2.4) Description of the procurement

Supply and delivery of trees.

Participating organisations:

— Angus Council,

— Dundee City Council,

— Perth and Kinross Council,

— Leisure and Culture Dundee,

— Dundee and Angus College,

— NHS Tayside,

— University of Dundee,

— University of Abertay.

II.2.5) Award criteria

Criteria below:

Quality criterion: Service requirements / Weighting: 70

Quality criterion: Product quality / Weighting: 20

Quality criterion: Sustainability / Weighting: 10

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 1 200 000.00  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:

The purchaser shall have the option of extending the contract (either singly or in phases) for a further period (or periods) of up to 1 year after the expiry of the term.

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

Lot No: 3

II.2.1) Title

Shrubs

II.2.2) Additional CPV code(s)

03451300

II.2.3) Place of performance

NUTS code:

UKM71

UKM77


Main site or place of performance:

Geographical areas of Angus, Dundee and Perth and Kinross.

II.2.4) Description of the procurement

Supply and delivery of shrubs.

Participating organisations:

— Angus Council,

— Dundee City Council,

— Perth and Kinross Council,

— Leisure and Culture Dundee,

— Dundee and Angus College,

— NHS Tayside,

— University of Dundee,

— University of Abertay.

II.2.5) Award criteria

Criteria below:

Quality criterion: Service requirements / Weighting: 70

Quality criterion: Product quality / Weighting: 20

Quality criterion: Sustainability / Weighting: 10

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 1 200 000.00  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:

The purchaser shall have the option of extending the contract (either singly or in phases) for a further period (or periods) of up to 1 year after the expiry of the term.

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

Lot No: 4

II.2.1) Title

Supply and Delivery of Bulbs

II.2.2) Additional CPV code(s)

03121100

03451200

II.2.3) Place of performance

NUTS code:

UKM71

UKM77


Main site or place of performance:

Geographical areas of Angus, Dundee and Perth and Kinros.

II.2.4) Description of the procurement

Supply and delivery of bulbs.

Participating organisations:

— Angus Council,

— Dundee City Council,

— Perth and Kinross Council,

— Leisure and Culture Dundee,

— Dundee and Angus College,

— NHS Tayside,

— University of Dundee,

— University of Abertay.

II.2.5) Award criteria

Criteria below:

Quality criterion: Service requiements / Weighting: 70

Quality criterion: Product quality / Weighting: 20

Quality criterion: Sustainability / Weighting: 10

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 1 200 000.00  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:

The purchaser shall have the option of extending the contract (either singly or in phases) for a further period (or periods) of up to 1 year after the expiry of the term.

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

Lot No: 5

II.2.1) Title

Supply and Delivery of Xmas Trees

II.2.2) Additional CPV code(s)

39298910

42131300

03452000

03450000

II.2.3) Place of performance

NUTS code:

UKM71

UKM77


Main site or place of performance:

Geographical area of Angus, Dundee and Perth and Kinross.

II.2.4) Description of the procurement

Supply and delivery of Xmas Trees.

Participating organisations:

— Angus Council,

— Dundee City Council,

— Perth and Kinross Council,

— Leisure and Culture Dundee,

— Dundee and Angus College,

— NHS Tayside,

— University of Dundee,

— University of Abertay.

II.2.5) Award criteria

Criteria below:

Quality criterion: Service requirements / Weighting: 70

Quality criterion: Product quality / Weighting: 20

Quality criterion: Sustainability / Weighting: 10

Price / Weighting:  60-

II.2.6) Estimated value

Value excluding VAT: 1 200 000.00  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:

The purchaser shall have the option of extending the contract (either singly or in phases) for a further period (or periods) of up to 1 year after the expiry of the term.

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

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:

4B.5.1/4B5.2 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.

4B.6 Concerning any other economic or financial requirements, that may have been specified in the relevant contract notice, the bidder declares that they can meet the following financial requirements.


Minimum level(s) of standards required:

4B.5.1/4B5.2 Employer’s (compulsory) liability insurance = 10 000 000 GBP.

Public liability insurance = 5 000 000 GBP.

4B.6 — Net profit in at least one of the previous 2 years and if there has been a loss in one of these there must be an exceptional item explaining this detailed in the accounts.

— positive shareholders funds in both of the financial years,

— unqualified audit report.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

4C1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.

4C.10 Sub-contacting: the bidder is required to provide details of the proportion (i.e percentage) of the contract that Bidder intends to subcontract.

4D.1/4D1.1/4D1.2 The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (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, or be able to demonstrate that they have equivalent processes in place as detailed within the ITT.

4D.2/4D.2.1/4D2.2 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 be able to demonstrate that they have equivalent processes in place as detailed within the ITT.


Minimum level(s) of standards required:

4C1.2 Please provide 2 relevant examples of services carried out during the last 3 years. The information you provide should cover the following areas:

— a description of the goods works or services delivered,

— contract value and dates,

— previous or current customer details.

4D.1/4D1.1/4D1.2 The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (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, or be able to demonstrate that they have equivalent processes in place as detailed within the ITT.

4D.2/4D.2.1/4D2.2 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 be able to demonstrate that they have equivalent processes in place as detailed within the ITT.

Minimum level(s) of standards required:

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: 30

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: 29/08/2019

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: 29/08/2019

Local time: 13:00

Place:

Fairmuir Depot, 365 Clepington Road, Dundee DD3 8DZ.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

July 2022 or July 2023 if right to extend exercised.

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

Question scoring methodology for Selection Criteria (Qualification Envelope): pass/fail.

Award criteria questions can be found in the Technical Envelope together with the weighting.

Award scoring:

0 — Unacceptable: nil or inadequate response. Fails to demonstrate an ability to meet the requirement.

1 — Poor: response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirements will be fulfilled.

2 — Acceptable: response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.

3 — Good: response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirement will be fulfilled.

4 — Excellent: response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.

The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 12612

For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A subcontract 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Example:

— donation of gardening materials for community groups,

— funding of horticulture related qualification for community group/social enterprise employee,

— funding of PPE for community group/social enterprise.

(SC Ref:592571)

VI.4) Procedures for review

VI.4.1) Review body

Tayside Procurement Consortium

Fairmuir Depot, 365 Clepington Road

Dundee

DD8 3DZ

UK

Telephone: +44 1382834024

Internet address(es)

URL: http://www.taysideprocurement.gov.uk

VI.4.4) Service from which information about the review procedure may be obtained

Scottish Courts Service

Saughton House, Broomhouse Drive

Edinburgh

EG11 3XD

UK

Telephone: +44 1312252595

E-mail: enquiries@scotcourts.gov.uk

Internet address(es)

URL: https://www.scotcourts.gov.uk/

VI.5) Date of dispatch of this notice

30/07/2019

Coding

Commodity categories

ID Title Parent category
39298910 Christmas tree Statuettes, ornaments; photograph or picture frames, and mirrors
42131300 Christmas trees and other assemblies of valves Taps, cocks and valves
03110000 Crops, products of market gardening and horticulture Agricultural and horticultural products
03451200 Flower bulbs Plants
03121100 Live plants, bulbs, roots, cuttings and slips Horticultural products
03441000 Ornamental plants, grasses, mosses or lichens Forestry products
03117200 Seeds of plants used in specific fields Plants used in specific fields
03451300 Shrubs Plants
03450000 Tree-nursery products Forestry and logging products
03452000 Trees Tree-nursery products

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:
yvonne.graham@dundeecity.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.