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

Glasgow City Centre Tree Planters and Maintenance

  • First published: 01 November 2024
  • Last modified: 01 November 2024
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04b230
Published by:
Glasgow City Council
Authority ID:
AA20167
Publication date:
01 November 2024
Deadline date:
08 November 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
71421000 Landscape gardening services Landscape architectural services
77211600 Tree seeding Services incidental to logging
77211500 Tree-maintenance services Services incidental to logging
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:
molly.doherty@glasgow.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.