Section one: Contracting authority
one.1) Name and addresses
South Ayrshire Council
County Buildings, Wellington Square
Ayr
KA7 1DR
procurement@south-ayrshire.gov.uk
Telephone
+44 3001230900
Country
United Kingdom
NUTS code
UKM94 - South Ayrshire
Internet address(es)
Main address
http://www.south-ayrshire.gov.uk/procurement/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00405
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
CE-193-21 - Supply and Delivery of Summer and Spring Bedding Plants, Planters, Baskets and Barrels
two.1.2) Main CPV code
- 03451000 - Plants
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Principal Aim of this requirement is to appoint one (1) suitably qualified Supplier, with a minimum of three (3) years’ experience, to supply seasonal bedding plants, hanging baskets and floral tubs to South Ayrshire Council.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 03111000 - Seeds
- 77300000 - Horticultural services
- 03452000 - Trees
- 03451300 - Shrubs
two.2.3) Place of performance
NUTS codes
- UKM94 - South Ayrshire
two.2.4) Description of the procurement
The Principal Aim of this requirement is to appoint one (1) suitably qualified Supplier, with a minimum of three (3) years’ experience, to supply seasonal bedding plants, hanging baskets and floral tubs to South Ayrshire Council.
two.2.5) Award criteria
Quality criterion - Name: QUALITY / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
3 years (+1) (+1)
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
The Contract is covered, but not exclusively, by the following legislation:
-Health and Safety at Work Ace etc. 1974;
-Control of Pesticides Regulations (as amended) 1986;
-Plant Protection Products Regulations 1995;
-Control of Substances Hazardous to Health Regulations as amended (COSHH) 1994; and
-Environmental Protection Act 1990
Unless otherwise specified elsewhere within the Contract Documents, all plant materials shall conform to the requirements of BS3936. Part 7: 1989.
-British Standard 3936 Part 7: 1989
-Details of the Contractor's 'Waste Management Policy' as required under the Environment Protection Act 1990.
-Health and Safety at Work policy and the Companies or organisations relevant Codes of Practice, directly related to the work as specified by this Contract.
The Contract is covered, but not exclusively, by the following Codes of Practice:
-Code of Practice for the Safe Use of Pesticides on Farms and Holdings 1998. (Part 11 of the Food and Environment Act 1985 and Health & Safety at Work Act combined code)
-The Safe Use of Pesticides for Non-agricultural Purposes – Health & Safety Commission Approved Code of Practice (Control of Substances Hazardous to Health Regulations 1994)
DEFRA Horticulture and Park Services Standards
-Soil improvers - must not contain peat or sewage sludge. Bidders must provide the detailed composition of the product, the origin of organic matter and a declaration of compliance with the above requirements. Products carrying the EU Ecolabel will be deemed to comply. Other appropriate means of proof, such as a technical dossier of the manufacturer or a test report of an independent body, will also be accepted.
-Media Products - Growing media must not contain peat
-Invasive non-native species - All products and services procured should comply with the latest version of the Horticultural Code of Practice covering invasive non-native plants:
https://www.slough.gov.uk/downloads/file/12/horticultural-leaflet-invasive-plants
-Hazardous Substances - Growing media should meet quality standards as set out in PAS100 and the Quality Protocol:
https://preprod.wrap.org.uk/sites/default/files/2020-09/WRAP-Growing_Media_Specification.pdf
-Plants - From 2015 plants must not be supplied in or with growing media containing peat. It is accepted that a residual amount of peat may remain from its use in the original propagation of a plant.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Contract performance conditions as stated in the procurement documents
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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 June 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
3 June 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: estimated retender 2027
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
Please see procurement document
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 44081. 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:
This procurement will include a Community Benefit requirement.
It has become clear that there is scope within the Procurement Reform (Scotland) Act 2014 which applies to public contracts, to use contracts to deliver wider social benefits such as:
- Targeted recruitment and training (providing employment and training opportunities/Apprenticeships)
- SME and social enterprise development
- Community engagement
As part of your tender response, Tenderers are requested to provide an outline of all community benefits they can offer for this contract.
(SC Ref:692174)
six.4) Procedures for review
six.4.1) Review body
Ayr Sheriff Court
Ayr
Country
United Kingdom