Section one: Contracting authority
one.1) Name and addresses
West Dunbartonshire Council
16 Church Street
Dumbarton
G82 1QL
Contact
Ellie Street
corporate.procurement@west-dunbarton.gov.uk
Telephone
+44 1389737000
Country
United Kingdom
NUTS code
UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Internet address(es)
Main address
https://www.west-dunbarton.gov.uk/business/suppliers/procurement/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00153
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.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.publictendersscotland.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
Provision of Weed Control On All Hard and Soft Landscaped Areas Throughout West Dunbartonshire
Reference number
Project_23413
two.1.2) Main CPV code
- 77312100 - Weed-killing services
two.1.3) Type of contract
Services
two.1.4) Short description
West Dunbartonshire Council is looking to source the Provision of weed control for all hard and soft landscaped areas throughout West Dumbarton. The contract requires that areas are kept clear of weeds through the application of an approved weed control chemical on two separate occasions throughout the year. The contractor must comply with all Road Traffic Regulations and all other current legislation relating to Health and Safety.
two.1.5) Estimated total value
Value excluding VAT: £100,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 77312000 - Weed-clearance services
- 77312100 - Weed-killing services
two.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance
West Dunbartonshire
two.2.4) Description of the procurement
West Dunbartonshire Council is looking to source the Provision of weed control for all hard and soft landscaped areas throughout West Dumbarton. The contract requires that areas are kept clear of weeds through the application of an approved weed control chemical on two separate occasions throughout the year. The contractor must comply with all Road Traffic Regulations and all other current legislation relating to Health and Safety.
two.2.5) Award criteria
Quality criterion - Name: Price / Weighting: 5%
Quality criterion - Name: Invoice Accuracy / Weighting: 5%
Quality criterion - Name: Fit for Purpose / Weighting: 50%
Quality criterion - Name: Continuous Improvement / Innovation / Weighting: 15%
Quality criterion - Name: Complaints / Weighting: 5%
Quality criterion - Name: Management Information / Weighting: 5%
Quality criterion - Name: Social Benefits / Weighting: 10%
Quality criterion - Name: Fair Work First / Weighting: 2.5%
Quality criterion - Name: Sustainability / Weighting: 2.5%
Cost criterion - Name: Price / Weighting: 100
two.2.6) Estimated value
Value excluding VAT: £100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
The contract will be open to 1 x 12 month extension at the councils discretion
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.1.2) Economic and financial standing
List and brief description of selection criteria
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.
Minimum level(s) of standards possibly required
With reference to SPD questions:
4B.1.2 & 4B. 2.2 Turnover - The estimated contract value for this requirement is 100,000 GBP based on a contract period of 12 months. The contract term that has been put into this Contract Notice is 1 year however the contract could be extended for a further 12 months. Supplier must demonstrate a turnover of 2 times the contract value.
Ratios - a Pass in any two of the three ratios as an overall Pass for Economic and Financial standing.
- (Ratio 1) Acid Test – (Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of greater than 1.
- (Ratio 2) Return on Capital Employed %– Profit/Capital employed. To pass this question the Council require the bidder to score a positive figure/Percentage.
- (Ratio 3) Current Ratio – Current Assets/Liabilities. To pass this question the Council require the bidder to achieve a score of greater than 1.
WDC will use template WD09 - WDC Financial Vetting Questionnaire v1.0, it is recommended that candidates review their own ratio scores in advance of submitting their tender. 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 WD04 - Parent Company Guarantee refers. Should after review of the financial evaluation of tenderer fail, then the tender submission may be rejected.
Insurance
Q4B.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 listed below:
- Employers Liability Insurance - 10 million GBP each and every claim
Q4B5.2
- Public and Product Liability Insurance - 10 million GBP each and every claim
- Professional Indemnity Insurance - 5 million GBP each and every claim
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services applicable to this contract.
Bidders will be required to confirm their average annual manpower for the last two years and the number of managerial staff for the last two years
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 services applicable to Weed Control.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
3 April 2023
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
3 April 2023
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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23413. 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:
A summary of the expected community benefits has been provided as follows:
Social Benefit Questionnaire is attached to the Tender Documents to be completed within PCS-T
(SC Ref:720939)
six.4) Procedures for review
six.4.1) Review body
Dumbarton Sheriff Court and Justice of the Peace Court
Sheriff Court House, Church Street
Dunbarton
G82 1QR
Country
United Kingdom