Section one: Contracting authority
one.1) Name and addresses
Dumfries and Galloway Council
Procurement Team, Carruthers House
Dumfries
DG1 2HP
Telephone
+44 3033333000
Country
United Kingdom
NUTS code
UKM92 - Dumfries & Galloway
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00219
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
Lease of ride-on mowers
Reference number
DGT/4041/2021
two.1.2) Main CPV code
- 16310000 - Mowers
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Council is looking to establish a 5-year contract for leasing of ride-on mowers. This will include supply and delivery of small and medium commercial 3 cylinder and commercial triple flail ride-on mowers, and operator and mechanical trainings provided at 5 Council's depots.
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 66114000 - Financial leasing services
two.2.3) Place of performance
NUTS codes
- UKM92 - Dumfries & Galloway
two.2.4) Description of the procurement
The Council is looking to establish a 5-year contract for leasing of ride-on mowers. This will include supply and delivery of small and medium commercial 3 cylinder and commercial triple flail ride-on mowers, and operator and mechanical trainings provided at 5 Council's depots.
two.2.5) Award criteria
Quality criterion - Name: Quality Criteria / Weighting: 60%
Price - Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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
Tenderers will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.
three.1.2) Economic and financial standing
List and brief description of selection criteria
SPD 4B.2.1 The following criteria needs to be met:
- a minimum score of 1 would be expected for solvency ratios while profitability ratios should demonstrate a positive result.
- the Bidder’s annual turnover in relation to the contract value should not exceed 50%.
SPD 4B.5 It is a requirement of this framework that Bidder hold, or can commit to obtain prior to the start date of the framework, the types and levels of insurance indicated below:
Employers Liability – in accord with Regulation 5 of the Employers' Liability (Compulsory Insurance) Regulations 1998 (as amended) to a minimum indemnity limit of 5 million GBP for each and every claim.
All other Insurances:
Products or Public Liability Insurance: minimum 10 million GBP each and every claim
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
SPD 4D.1. Quality Management Procedures:
The bidder must have documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged.
Health and Safety (H&S) Procedures: The bidder must have a regularly reviewed and documented policy for H&S management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of H&S management and compliance with legislation.
SPD. 4.2. Environmental Management:
Tenderers must hold a UKAS (or equivalent) accredited independent third-party certification of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.
Or
Procedures for dealing with waste (eg waste management plans, waste segregation, recycling etc.,)
And
Documented arrangements for ensuring that any supplier the bidder engages apply environmental protection measures that are appropriate to the work for which they are being engaged, including procedures for monitoring supplier’s environmental management arrangements and ensuring that environmental performance appropriate for the work to be undertaken is delivered throughout the whole of the tenderers supply chain.
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-007236
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 May 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
5 May 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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20964. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:688048)
six.4) Procedures for review
six.4.1) Review body
Dumfries Sheriff Court
Dumfries
Country
United Kingdom