Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Glasgow City Council
40 John St, City Chambers
Glasgow
G2 1DU
UK
Contact person: Molly Doherty
E-mail: molly.doherty@glasgow.gov.uk
NUTS: UKM82
Internet address(es)
Main address: www.glasgow.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
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:
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publictendersscotland.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
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
Glasgow City Centre Tree Planters and Maintenance
Reference number: GCC006319CPU
II.1.2) Main CPV code
71421000
II.1.3) Type of contract
Services
II.1.4) Short description
This requirement is for the purchase, installation and maintenance of 21 large planters, 21 container grown trees, suitable herbaceous perennials/ornamental grasses (approximately 15-20 per planter) and a suitable soil medium in Glasgow City Centre.
II.1.5) Estimated total value
Value excluding VAT:
100 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
03452000
77211500
71421000
77211600
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow City Centre.
II.2.4) Description of the procurement
This requirement is for the purchase, instillation and maintenance of 21 large planters, 21 container grown trees, suitable herbaceous perennials/ornamental grasses (approximately 15-20 per planter) and a suitable soil medium in Glasgow City Centre.
At the point of site placement of the planters, on Argyle Street, Jamaica Street, Union Street and Gordon Street the successful supplier will commence a maintenance programme for 12 months. The repositioning of planters will not affect the fixed maintenance period.
The planters are expected to be in place for around 5 years – 10 years
II.2.5) Award criteria
Criteria below:
Quality criterion: Expertise
/ Weighting: 10
Quality criterion: Programme
/ Weighting: 10
Quality criterion: Personnel
/ Weighting: 5
Quality criterion: Methodology
/ Weighting: 5
Quality criterion: Fair Work First
/ Weighting: 5
Price
/ Weighting:
65
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 15
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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:
Insurance Requirements
Minimum level(s) of standards required:
Glasgow City Council’s Insurance Requirements are:
- Employer’s Liability insurance to the value of at least TEN MILLION (10,000,000 GBP)
POUNDS STERLING in respect of any one claim and unlimited in the period.
- Public Liability Insurance to the value of at least FIVE MILLION POUNDS
STERLING (5,000,000 GBP) in respect of any one claim and unlimited in the period including Pollution and Contamination cover (sudden and unforeseen) and in the
aggregate.
- Products Liability insurance to the value of at least FIVE MILLION (5,000,000 GBP)
POUNDS STERLING in respect of any one claim and in the aggregate.
- AT LEAST statutory Motor insurance cover as per the Road Traffic Act 1988.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
SPD Question 4C.1
Please provide relevant examples of services carried out in the past three years as specified in the Contract Notice.
Please note that you are required to provide 2 examples of a similar size or value within the last THREE years, from either the public or private sector where you have delivered similar Tree Planting and Maintenance Services. Relevant examples should indicate project value, brief description and contract details.
Minimum level(s) of standards required:
Weighting
The weighting will be out of 100% with 50% attributed to each example. A minimum pass mark of 60 out of 100 is required overall for this question. Any Bidder who fails to achieve the minimum score for this question will be excluded at this stage.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As referred to in ITT Document GCC006319CPU - Tree Planters and GCC006319CPU - Terms and Conditions.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
08/11/2024
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: 15 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
08/11/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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
Bidders must hold certificates for Quality Assurance and Environmental Management Standards or comply with all questions noted in SPD Section 4D.
Economic operators may be excluded from this competition if they are in any situations referred to in regulation 58 of the Public Contracts
(Scotland) Regulations 2015.
Bidders must complete Appendix 16 – Health and Safety Questionnaire and submit it with the tender submission (Only bidders who pass the health and safety aspect shall be considered).
Freedom of Information Act
Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI certificate (NB the council does not bind itself to withhold this information).
Tenderers Amendments
Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this
offer.
Prompt Payment
The successful Supplier shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors, if any.
Non Collusion
Bidders will be required to complete the Non Collusion certificate.
Insurance Mandate
All successful suppliers will be required to sign an Insurance Mandate, contained in the buyers attachments area within the PCS Tender portal authorising the Council to request copies of insurance documents from the supplier’s insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period.
Terms and Conditions are located within the attachments area within the PCS Tender portal as Appendix 10.
Additional information pertaining to this contract notice is contained in the Invitation to Tender Document.
Bidders must ensure they read all the attachments available in the attachment area in line with this contract notice.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27871. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
Minimum Community Benefits 10 points is required; community benefit points will be triggered once the spend reaches 50,000 GBP.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27871. 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:
Bidders must indicate the type and volume of any Community Benefits outcomes they propose to deliver. The outcomes offered, however, must meet the minimum Community Benefit Points (CBP) as stipulated below:
Minimum Community Benefit Points (CBP) Required = 10
The outcomes may be chosen from any of the Themes available on the Menu.
Bidders must confirm that they will meet these obligations in full by completing the relevant areas within the Community Benefits Menu.
(SC Ref:781494)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace
PO Box 23 1 Carlton Place
Glasgow
G5 9DA
UK
E-mail: glasgow@scotcourts.gov.uk
Internet address(es)
URL: www.glasgow.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for review procedures:
Glasgow City Council ("the council") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to conclude the framework agreement. The council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of dispatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 ("The Regulations"). The council is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the council must not conclude the framework agreement system unless the proceedings are determined, discontinued or disposed of: or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic operators can write to the council seeking further clarification on the notice, to which the council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.
VI.5) Date of dispatch of this notice
29/10/2024