United Kingdom: Horticultural Products Framework Agreement

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title United Kingdom: Horticultural Products Framework Agreement
Scotland (Non OJEU) WS/JUN389136
Type Invitation to tender
Date Published 2020-06-25
Deadline 2020-07-10 00:00:00
Nature Of Contract Not specified
Awarding Authority
Procedure

Description :
Contract Notice (below OJEU threshold)


Section I: Contracting authority

I.1) Name and addresses
West Lothian Council
West Lothian Civic Centre, Howden South Road
Livingston
EH54 6FF
UK
Telephone: +44 1506281814
E-mail: hayleigh.valentine@westlothian.gov.uk
Fax: +44 1506281325
NUTS: UKM78
Internet address(es)
Main address: https://www.westlothian.gov.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140


I.2) Joint procurement
The contract is awarded by a central purchasing body

I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
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/

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
Horticultural Products Framework Agreement
Reference number: CC10463

II.1.2) Main CPV code
03121000;

II.1.3) Type of contract: Supplies

II.1.4) Short description
The proposed framework agreement shall encompass a wide range of Horticultural Products including bulk items, miscellaneous bagged items and specialised items.

II.1.5) Estimated total value
Value excluding VAT: 164 000.00 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
Bulk Items


II.2.2) Additional CPV code(s)
14211000; 14212410;

II.2.3) Place of performance
NUTS code:
UKM78


Main site or place of performance:
West Lothian

II.2.4) Description of the procurement
This lot is anticipated to cover products that are likely to be ordered in large quantities. This includes sand, bark and woodchip for play areas, materials for grass in parks and sports areas such as top dressing and turf, as well as top soil, composts, manure and mulches for horticultural use.

II.2.5) Award criteria
Criteria below:
Quality criterion: Technical / Weighting: 30
Price / Weighting:  70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
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.2.13) 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
Chemicals


II.2.2) Additional CPV code(s)
24453000; 24457000;

II.2.3) Place of performance
NUTS code:
UKM78


Main site or place of performance:
West Lothian

II.2.4) Description of the procurement
This lot is anticipated to cover in the main pesticides such as those used to control weeds selectively, residually and as a total weed killer, as well as fungicides for horticultural use. Pitch line marking materials are also anticipated to be included in this lot. All suppliers must be BASIS certified or equivalent certification.

II.2.5) Award criteria
Criteria below:
Quality criterion: Technical / Weighting: 30
Price / Weighting:  70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
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.2.13) 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
Fertiliser


II.2.2) Additional CPV code(s)
24440000; 14300000;

II.2.3) Place of performance
NUTS code:
UKM78


Main site or place of performance:
West Lothian

II.2.4) Description of the procurement
This lot is anticipated to include fertiliser and weed and feed products for use on grass sports areas as well as parks and open spaces. Fertilisers such as soluble feed for container plants, slow release feed for use with trees and shrubs as well as pelleted organic fertilisers are also anticipated to be included in this lot.

II.2.5) Award criteria
Criteria below:
Quality criterion: Technical / Weighting: 30
Price / Weighting:  70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
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.2.13) 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
Miscellaneous Bagged Items


II.2.2) Additional CPV code(s)
14200000;

II.2.3) Place of performance
NUTS code:
UKM78


Main site or place of performance:
West Lothian

II.2.4) Description of the procurement
This lot is anticipated to cover Cultivars, Sand, Turf, Compost and Manure.

II.2.5) Award criteria
Criteria below:
Quality criterion: Technical / Weighting: 30
Price / Weighting:  70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
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.2.13) 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
Specialised Items


II.2.2) Additional CPV code(s)
03121000;

II.2.3) Place of performance
NUTS code:
UKM78


Main site or place of performance:
West Lothian

II.2.4) Description of the procurement
This lot is anticipated to cover a diverse range of horticultural products. The products are anticipated to include equipment such as knapsack sprayers, dry white line pitch marking barrows and mole traps as well as materials such as tree tying belt and blocks.

II.2.5) Award criteria
Criteria below:
Quality criterion: Technical / Weighting: 30
Price / Weighting:  70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
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.2.13) 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
N/A
III.1.2) Economic and financial standing
List and brief description of selection criteria:
With reference to ESPD question 4B.5.1; 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 levels below.
With reference to ESPD question 4B.6 West Lothian Council will use Dun and Bradstreet’s DBAi financial reporting system to assess the financial stability of tenderers. Tenderers with a Failure Score of 35 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Please note that 34 or less will not be considered as having met this criteria. If a tenderer has a Failure Score of less than 35, the tenderer may be required to submit their last three years accounts.
In the event that the tenderer is not required to publish accounts and therefore does not have a Dun & Bradstreet or equivalent rating, tenderers should be able to provide financial accounts when requested. The council will then conduct an analysis of the accounts to ensure that there is no significant financial risk. Please note that if you intend on attaching 2 years accounts, these must include financial data over a 3 year period.
It is recommended that candidates review their own Dun & Bradstreet Score in advance of submitting their tender. If following this review tenderers consider that the Dun & Bradstreet Score does not reflect their current financial status, details of this should be provided, complete with evidence of a good high street credit rating (the equivalent of Dun & Bradstreet score 35) from a recognised credit referencing agency. The council will review any such information as part of the evaluation of Tenderer’s financial status.
In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee.
Should after review of the financial evaluation the tenderer fail, then the tender submission may be rejected.

Minimum level(s) of standards required:
Employer's Liability Insurance - 5,000,000 GBP
Public Liability Insurance - 5,000,000 GBP
III.1.3) Technical and professional ability
List and brief description of selection criteria:
With reference to ESPD Q4D; Bidders must hold the certificates or comply with the questions noted in ESPD 4D attached to http://www.westlothian.gov.uk/article/11428/Changes-to-Public-Procurement-Rules
The HSE website will be checked for breaches. Should our H&S team not be satisfied with the outcome your tender will be rejected.


III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing 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.
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: 10/07/2020
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: 2 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date: 10/07/2020
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
Police Scotland will be consulted with regards to Serious and Organised Crime checks. Any links to this type of activity may cause your tender to be rejected.
Re: ESPD Q2B, complete information for all company directors, using home address.
TUPE – The incoming Contractor is responsible for obtaining legal and professional advice about relevant TUPE implications.
CONFIDENTIALITY - All information supplied by the Authority must be treated in confidence and not disclosed to third parties except
insofar as this is necessary to obtain sureties or quotations for the purpose of submitting the tender. All information supplied by you to the Authority will similarly be treated in confidence except:
(i) for any information required to be disclosed or otherwise provided by the Authority to any person in order to comply with the Freedom of Information (Scotland) Act 2002 and any codes of practice applicable from time to time relating to access to public authorities’ information.
The Tenderer shall co-operate, facilitate, support and assist the Authority in the provision of this information. In the event the Authority is required to provide information to any person as a result of a request made to it under such Act and/or codes, the Authority shall adhere to the requirements of such Act and/or codes in disclosing information relating to this Agreement, the Project documents and the Contractor.
(ii) that references may be sought from banks, existing or past clients, or other referees submitted by the tenderers;
(iii) for the disclosure of such information with regard to the outcome of the procurement process as may be required to be published in the Supplement to the Official Journal of the European Union in accordance with EU directives or elsewhere in accordance with the requirements of UK government policy on the disclosure of information relating to government contracts.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 16325. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
The Community Benefits proposals provided by suppliers will not form part of the contract award criteria and will not be evaluated when determining the winning tender, but will require to be delivered as part of the contract.
(SC Ref:623278)

VI.4) Procedures for review

VI.4.1) Review body
Livingston Sheriff Court and Justice of the Peace Court
Howden South Road
Livingston
EH54 6FF
UK



VI.5) Date of dispatch of this notice
25/06/2020




CPV Codes
03121000;14211000;14212410;24453000;24457000;24440000;14300000;14200000

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.