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