Tender

Provision of Weed Control On All Hard and Soft Landscaped Areas Throughout West Dunbartonshire

  • West Dunbartonshire Council

F02: Contract notice

Notice identifier: 2023/S 000-006180

Procurement identifier (OCID): ocds-h6vhtk-03ada8

Published 2 March 2023, 2:09pm



Section one: Contracting authority

one.1) Name and addresses

West Dunbartonshire Council

16 Church Street

Dumbarton

G82 1QL

Contact

Ellie Street

Email

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