Supply and Delivery of Horticultural Products to Tayside Procurement Consortium
Multiple Lots. Lot 1 – Bulk Items.
United Kingdom-Dundee: Crops, products of market gardening and horticulture
2017/S 042-076524
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Fairmuir Depot, 365 Clepington Road
Dundee
DD8 3DZ
United Kingdom
Contact person: Yvonne Graham
E-mail: yvonne.graham@dundeecity.gov.uk
NUTS code: UKM21
Address of the buyer profile:http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12382
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Supply and Delivery of Horticultural Products.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Supply and Delivery of Horticultural Products.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Bulk Items
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Angus, Dundee, Perth and Kinross.
II.2.4)Description of the procurement:
Various bulk items including various types of sand including; top dressing sand, play sand, sand infill for all weather pitches, top dressing sand for fine turf, greens and golf fairways sand.
Bark — forest and play grade.
Rubber crumb for all weather pitches.
Compost — seed, hanging basket and potting for the following organisations:
Angus Council,
Dundee City Council,
Perth and Kinross Council,
Tayside Contracts,
Dundee and Angus College,
NHS Tayside,
University of Dundee.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
May take up option of 1 x 12 month extension.
II.2.10)Information about variants
II.2.11)Information about options
As detailed in ITT.
II.2.13)Information about European Union funds
II.2.14)Additional information
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.
II.2.1)Title:
Chemicals
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Angus, Dundee, Perth and Kinross.
II.2.4)Description of the procurement:
Chemicals for use in Horticulture for the following organisations:
Angus Council,
Dundee City Council,
Perth and Kinross Council,
Tayside Contracts,
Dundee and Angus College,
NHS Tayside,
University of Dundee.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
May take up option of 1 x 12 month extension.
II.2.10)Information about variants
II.2.11)Information about options
As detailed in ITT.
II.2.13)Information about European Union funds
II.2.14)Additional information
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.
II.2.1)Title:
Fertilisers
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Fertilisers for Horticulture use for the following organisations:
Angus Council,
Dundee City Council,
Perth and Kinross Council,
Tayside Contracts,
Dundee and Angus College,
NHS Tayside,
University of Dundee.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
May take up option of 1 x 12 month extension.
II.2.10)Information about variants
II.2.11)Information about options
As detailed in ITT.
II.2.13)Information about European Union funds
II.2.14)Additional information
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.
II.2.1)Title:
Grass Seeds
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Angus, Dundee, Perth and Kinross.
II.2.4)Description of the procurement:
Grass Seeds for the following organisations:
Angus Council,
Dundee City Council,
Perth and Kinross Council,
Tayside Contracts,
Dundee and Angus College,
NHS Tayside,
University of Dundee.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
May take up option of 1 x 12 month extension.
II.2.10)Information about variants
II.2.11)Information about options
As detailed in ITT.
II.2.13)Information about European Union funds
II.2.14)Additional information
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: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
4B.6 Concerning any other economic or financial requirements, that may have been specified in the relevant Contract Notice, the bidder declares that:
Net Profit — should be positive — i.e. net profit not a net loss.
Shareholders equity — should be positive — i.e. is a positive number and not a negative number.
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.
Net Profit — should be positive — i.e. net profit not a net loss.
Shareholders equity — should be positive — i.e. is a positive number and not a negative number.
Minimum insurance requirements:
Employer’s (Compulsory) Liability Insurance = 10 000 000 GBP
Public Liability Insurance = 5 000 000 GBP.
III.1.3)Technical and professional ability
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.
4C8.1/8.2 Bidders require to demonstrate that they have they have appropriate human resources available to deliver the requirements of the contract.
4C.9 Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in 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.1/4D1.1/4D1.2Quality Assurance Schemes including Health and Safety. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).
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.2/4D2.1/4D2.2 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.
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.
4C8.1/8.2 Bidders require to demonstrate they have a minimum of 2 staff with knowledge and experience relevant and commensurate to the subject matter and scale of the work associated with this ITT.
4C.9 Bidders require to demonstrate that they:
— have access to transport for the purpose of delivering Horticultural products, details of transport to be provided.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Fairmuir Depot, 365 Clepington Road, Dundee, DD3 8DZ.
Section VI: Complementary information
VI.1)Information about recurrence
February 2020 or 2021 depending if extension option taken.
VI.2)Information about electronic workflows
VI.3)Additional information:
Question scoring methodology for Selection Criteria: Pass/Fail where stated.
Award Criteria questions can be found in the ITT together with the weightings.
Award scoring methodology will be the following unless otherwise specified within the ITT:
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 requirement 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 requirements 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 7625. 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:http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
6.2.1 In October 2012 Tayside Procurement Consortium (TPC) Steering Group approved a Community Benefits from procurement Policy which introduces the TPC approach intended to secure the maximum economic and social benefits from TPC Procurement within the current legal framework.
Community Benefits is the term used to refer to a range of ‘social issues’ including targeted recruitment and training, equal opportunities considerations, supply change initiatives, awareness raising programmes and community engagement activity which contribute more widely to sustainable procurement.
Sustainable procurement is defined as ‘a process that achieves value for money on a whole life basis and generates benefits not only to the organisation, but also to society and the economy whilst minimising damage to the environment’.
The Supplier shall deliver a minimum one (1) Awareness Raising Events or Curriculum Support Events per year associated with delivery of the Contract if their spend under the framework is greater than 50 000 GBP.
Suppliers are required to identify other opportunities which would benefit their local community.
(SC Ref:485059).
VI.4.1)Review body
Fairmuir Depot, 365 Clepington Road
Dundee
DD8 3DZ
United Kingdom
Telephone: +44 1382834182Internet address:http://www.taysideprocurement.gov.uk
VI.4.3)Review procedure
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. Any economic operator that it unsure of its rights here should seek suitable and independent legal advice immediately. The Scottish Courts Service (whose details are given below) can give more information on Scottish Courts and their locations but cannot give legal advice.
VI.4.4)Service from which information about the review procedure may be obtained
Saughton House, Broomhouse Drive
Edinburgh
EH11 3XD
United Kingdom
Telephone: +44 1312252595
E-mail: enquiries@scotcourts.gov.ukInternet address:http://www.scotcourts.gov.uk/index.asp
VI.5)Date of dispatch of this notice:
Related Posts
Garden Waste Composting Contract Harrogate
Provide Garden Maintenance Services to Victoria and Albert Museum
Denbighshire County Council Weedspraying Contract
Grounds and Gardens Maintenance Services Contract Chester
Hailsham Horticultural Contract