Section one: Contracting authority
one.1) Name and addresses
Walsall Metropolitan Borough Council
Civic Centre, Darwall Street,
Walsall
WS1 1TP
Country
United Kingdom
NUTS code
UKG38 - Walsall
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/walsallcouncil
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/walsallcouncil
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
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
WP4079 - Horticulture and Amenities Chemicals
Reference number
WP4079
two.1.2) Main CPV code
- 24453000 - Herbicides
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Council wishes to procure a contract to purchase Horticulture and Amenities chemicals on demand. The chemicals’ main usage will be across the Grounds Maintenance, Cemeteries and Healthy Spaces teams, but may be used in other service areas at the Council’s discretion. The contract is intended to ensure an adequate supply of chemicals, backed up by appropriate stock levels so that the Council can place orders and rely on FOC deliveries within 7 calendar days, for receipt at locations across the Borough of Walsall. The successful bidder will be required to provide FOC servicing and calibration, on an annual/pre-season basis, of the Council’s 23 Nomix TDC spray lances, 40 batteries and 26 chargers. Quotations will need to be provided for any subsequent repairs that become necessary, for the Council to approve at its sole discretion. NOTE: where a bidder proposes an alternative product that is not compatible with the Nomix TDC spray lance system, they will be required to provide a p
two.1.5) Estimated total value
Value excluding VAT: £350,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 24453000 - Herbicides
two.2.3) Place of performance
NUTS codes
- UKG38 - Walsall
two.2.4) Description of the procurement
The Council wishes to procure a contract to purchase Horticulture and Amenities chemicals on demand. The chemicals’ main usage will be across the Grounds Maintenance, Cemeteries and Healthy Spaces teams, but may be used in other service areas at the Council’s discretion. The contract is intended to ensure an adequate supply of chemicals, backed up by appropriate stock levels so that the Council can place orders and rely on FOC deliveries within 7 calendar days, for receipt at locations across the Borough of Walsall. The successful bidder will be required to provide FOC servicing and calibration, on an annual/pre-season basis, of the Council’s 23 Nomix TDC spray lances, 40 batteries and 26 chargers. Quotations will need to be provided for any subsequent repairs that become necessary, for the Council to approve at its sole discretion. NOTE: where a bidder proposes an alternative product that is not compatible with the Nomix TDC spray lance system, they will be required to provide a price (within the pricing schedule) for suitable spray equipment, of the same quantities as stated in 4.0, and FOC servicing and calibration will then apply to the proposed new spray equipment.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £350,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 May 2025
End date
30 April 2028
This contract is subject to renewal
Yes
Description of renewals
2 periods of up to 12 months each, or a single period of up to 24 months – till 30 April 2030
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
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 March 2025
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 March 2025
Local time
12:00pm
Place
Walsall Metropolitan Borough Council, Civic Centre, Darwall Street, Walsall WS1 1TP
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Interest in this contract process should be expressed via the Council’s e-Tendering Portal – https://in-tendhost.co.uk/walsallcouncilThe Council reserves the right to cancel the procurement and not to proceed with the contract. The Council also reserves the right not to award a contract or to award a contract for parts or part of the services only.The Council will not, under any circumstances, reimburse any expense incurred by bidders in preparing their SSQ or tender submissions.
six.4) Procedures for review
six.4.1) Review body
Walsall Metropolitan Borough Council
Civic Centre, Darwall Street,
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Council will incorporate a standstill period at the point when information on the proposed award of the contract is communicated to tenderers. The standstill period, which will be for a minimum of ten calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Aggrieved parties who have been harmed or are at risk of harm by any breach of the Council’s obligations may take action in the High Court (England, Wales and Northern Ireland).