Section one: Contracting authority
one.1) Name and addresses
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
Contact
Laura Schouten
laura.schouten@edinburgh.gov.uk
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
CT2852 Supply of Trees and Ancillary Items
Reference number
CT2852
two.1.2) Main CPV code
- 03450000 - Tree-nursery products
two.1.3) Type of contract
Supplies
two.1.4) Short description
The City of Edinburgh Council intends to procure Contracts for the following Lots:
Lot 1 - The Supply of Transplants, Whips, & Feathered Trees
Lot 2 - The Supply of Standard Trees & Other Trees
Lot 3 - The Supply of Ancillary Items
two.1.5) Estimated total value
Value excluding VAT: £800,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - Supply of Transplants, Whips, & Feathered Trees
Lot No
1
two.2.2) Additional CPV code(s)
- 03452000 - Trees
- 03450000 - Tree-nursery products
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
two.2.4) Description of the procurement
Supply of Transplants, Whips, & Feathered Trees
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2 - Supply of Standard Trees & Other Trees
Lot No
2
two.2.2) Additional CPV code(s)
- 03452000 - Trees
- 03450000 - Tree-nursery products
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
two.2.4) Description of the procurement
Supply of Standard Trees & Other Trees
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 3 - Supply of Ancillary Items
Lot No
3
two.2.2) Additional CPV code(s)
- 03452000 - Trees
- 03450000 - Tree-nursery products
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
two.2.4) Description of the procurement
Supply of Ancillary Items
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please refer to the Specification for each Lot.
three.1.2) Economic and financial standing
List and brief description of selection criteria
This Section refers to Section B of Part IV of the SPD (Scotland).
Minimum level(s) of standards possibly required
Part IV: Selection criteria - B: Economic and financial standing – Question 4B1a - Tenderers are required to have the following minimum “general” annual turnover for the last two financial years:
For Lot 1 (Supply of Transplants, Whips, & Feathered Trees): 42,000 GBP per annum for the last two financial years;
For Lot 2 (Supply of Standard Trees & Other Trees): 126,000 GBP per annum for the last two financial years; and
For Lot 3 (Supply of Ancillary Items): 32,000 GBP per annum for the last two financial years.
Where a Tenderer does not have an annual turnover of the required value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Part IV: Selection criteria - B: Economic and financial standing – Question 4B4 - Tenderers will be required provide the following information in response to 4B.4:
For Lot 1 (Supply of Transplants, Whips, & Feathered Trees):
Current ratio for Current Year: 1.10
Current ratio for Prior Year: 1.10
For Lot 2 (Supply of Standard Trees & Other Trees):
Current ratio for Current Year: 1.10
Current ratio for Prior Year: 1.10
For Lot 3 (Supply of Ancillary Items):
Current ratio for Current Year: 1.10
Current ratio for Prior Year: 1.10
The formula for calculating a Tenderer’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.10. Where a Tenderer’s current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Part IV: Selection criteria - B: Economic and financial standing – Question 4B5b and 4B5c - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
a. Employers (Compulsory) Liability Insurance - GBP 5m
b. Public Liability Insurance - GBP 5m
c. Product Liability - GBP 1m
d. Motor Insurance adequate to cover the risks and requirements of the Contract
Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition.
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The Contracts contain Community Benefits clauses.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-028998
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 February 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 February 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The Selection Criteria & Exclusion grounds assessment will be based on the answers provided in response to the SPD. The following SPD questions must be answered by tenderers noting the relating Statement of Requirements as per Appendix 2 in the Instructions to Tenderers:
Parts I, II and III: All questions
Part IV B:Questions 4B1a, 4B4, 4B5a, 4B5b and 4B5c
Part IV D: Question 4D1
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=678818.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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:
The successful Tenderer will be required to deliver Community Benefits in support of the Council’s economic, social and environment objectives. Please find further information in the documents attached.
(SC Ref:678818)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=678818
six.4) Procedures for review
six.4.1) Review body
Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the FTS or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.