Contract

Supply and Delivery of Grounds Maintenance Materials

  • South Lanarkshire Council

F03: Contract award notice

Notice identifier: 2023/S 000-012548

Procurement identifier (OCID): ocds-h6vhtk-03839f

Published 2 May 2023, 4:01pm



Section one: Contracting authority

one.1) Name and addresses

South Lanarkshire Council

Council Headquarters, Almada Street

Hamilton

ML3 0AA

Contact

Leona McPhail

Email

leona.mcphail@southlanarkshire.gov.uk

Country

United Kingdom

NUTS code

UKM95 - South Lanarkshire

Internet address(es)

Main address

http://www.southlanarkshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Supply and Delivery of Grounds Maintenance Materials

Reference number

SLC/PS/COMENT/22/092

two.1.2) Main CPV code

  • 03100000 - Agricultural and horticultural products

two.1.3) Type of contract

Supplies

two.1.4) Short description

South Lanarkshire Council’s Ground Services have an ongoing requirement to procure for the supply of Grounds Maintenance Materials that are currently stocked at five depots: East Kilbride, Lanark, Blantyre, Rutherglen and Hamilton for distribution and use throughout the Council area.

The contract objective is to ensure the continuity of provision and fit for purpose goods in line with the current standards/legislation are held in stock at appropriate levels.

A suitable and accessible route to market has been identified: by using a multiple supplier contract in accordance with the Open procedure by advertising in the Find a Tender website for the Provision of Grounds Maintenance Materials to support in-house service provision which comprises of the following lots:

Lot 1 – Supply and Delivery of Herbicides (Total and Selective)

Lot 2 – Supply and Delivery of Fertilisers

Lot 3 – Supply and Delivery of Fungicides

Lot 4 – Supply and Delivery of Turf (including Specialist Turf)

Lot 5 – Supply and Delivery of Grass Seed

Lot 6 – Supply and Delivery of Pitch Liner

Lot 7 – Supply and Delivery of Top Dressing

Lot 8 – Supply and Delivery of Bunker Sand

Lot 9 – Supply and Delivery of Bark Products

Bidders may submit tenders for one, several or all of the lots. Where tenders may be submitted for several or all lots: -

- the maximum number of lots that may be awarded to one bidder is nine and

- the following lots or groups of lots may be combined – all lots.

The contract will be for the period 6 April 2023 for a period of 5 years to 31 March 2028 with no option to extend.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £3,109,015.90

two.2) Description

two.2.1) Title

Supply and Delivery of Herbicides (Total and Selective)

Lot No

1

two.2.2) Additional CPV code(s)

  • 24453000 - Herbicides

two.2.3) Place of performance

NUTS codes
  • UKM95 - South Lanarkshire

two.2.4) Description of the procurement

Lot 1 – Supply and Delivery of Herbicides (Total and Selective)

All products offered by tenderers must be compliant with PPPR, COSHH and COPR Regulations.

All products offered by tenderers must be registered, approved and listed on the Chemicals Regulations Directorate’s Pesticides Register Database, and as such tenders must list their offered products’ MAPP or MAFF products registration number on the appropriate area on the Pricing Schedule.

All products offered must be compatible with the Council’s current methods of application; Knapsack and/or CDA. Please note that any products to be applied using CDA must be a premixed formula.

Due to the operations of the Council, all offered products must be certified as safe/approved to get into the water stream.

All products should be provided in clean, undamaged containers, ready to be applied.

All empty or spent containers within this lot are required to be uplifted and disposed of in line with industry legislation for hazardous waste and rates provided should include any costs for this. Uplift and disposal to be scheduled to each of our Depots (E.K. Quay Road etc) when required.

The contract will be procured via Open route and will be in accordance with the Council's standard terms and conditions - supply.

The contract will be awarded on the basis of the most economically advantageous tenders received.

The commercial weighting for this tender will be set at 70% and the technical weighting will be set at 30%.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

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

two.2) Description

two.2.1) Title

Supply and Delivery of Fertilisers

Lot No

2

two.2.2) Additional CPV code(s)

  • 24440000 - Miscellaneous fertilisers

two.2.3) Place of performance

NUTS codes
  • UKM95 - South Lanarkshire

two.2.4) Description of the procurement

Lot 2 – Fertilisers

All products offered by tenderers must be compliant with PPPR, COSHH and COPR Regulations.

All products offered by tenderers must be registered, approved and listed on the Chemicals Regulations Directorate’s Pesticides Register Database, and as such tenders must list their offered products’ MAPP or MAFF products registration number on the appropriate area on the Pricing Schedule.

Due to the operations of the Council, all offered products must be certified as safe/approved to get into the water stream.

All fertilisers offered must be fine turf, open space amenity fertilisers and not for agricultural use.

The successful tenderer will be required to carry out soil analysis on Council greens and fairways as required throughout the duration of the contract. This shall be undertaken for a total of seventeen (17) locations some of which are double bowling greens. If required, this is likely to be no more than annually. The results of the soil analysis shall establish what fertiliser(s) are required for a particular piece of land. Such analysis will be provided free of charge to the Council/tendered prices will be deemed to include the provision of this service.

The contract will be procured via Open route and will be in accordance with the Council's standard terms and conditions - supply.

The contract will be awarded on the basis of the most economically advantageous tenders received.

The commercial weighting for this tender will be set at 70% and the technical weighting will be set at 30%.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

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

two.2) Description

two.2.1) Title

Supply and Delivery of Fungicides

Lot No

3

two.2.2) Additional CPV code(s)

  • 24457000 - Fungicides

two.2.3) Place of performance

NUTS codes
  • UKM95 - South Lanarkshire

two.2.4) Description of the procurement

Lot 3 – Fungicides

All products offered by tenderers must be compliant with PPPR, COSHH and COPR Regulations.

All products offered by tenderers must be registered, approved and listed on the Chemicals Regulations Directorate’s Pesticides Register Database, and as such tenders must list their offered products’ MAPP or MAFF products registration number on the appropriate area on the Pricing Schedule.

Due to the operations of the Council, all offered products must be certified as safe/approved to get into the water stream.

All products should be provided in clean, undamaged containers, ready to be applied.

All empty or spent containers within this lot are required to be uplifted and disposed of in line with industry legislation for hazardous waste and rates provided should include any costs for this. Uplift and disposal to be scheduled to each of our Depots (E.K. Quay Road etc) when required.

The products used to treat fungal diseases are frequently changed in order that the disease will not build up a resistance to any one product. Each product has different ingredients, pack sizes, dilution rates and application methods. We currently use a number of different products. We require a product to treat a wide range of fungal disease.

The contract will be procured via Open route and will be in accordance with the Council's standard terms and conditions - supply.

The contract will be awarded on the basis of the most economically advantageous tenders received.

The commercial weighting for this tender will be set at 70% and the technical weighting will be set at 30%.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

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

two.2) Description

two.2.1) Title

Supply and Delivery of Turf (including Specialist Turf)

Lot No

4

two.2.2) Additional CPV code(s)

  • 03100000 - Agricultural and horticultural products

two.2.3) Place of performance

NUTS codes
  • UKM95 - South Lanarkshire

two.2.4) Description of the procurement

Lot 4 – Turf

The Council will not consider any turf where the cultivars present are not listed on “The Buyers Guide to Quality Amenity Turfgrasses 2022”.

The council will evaluate the quality element of the bids for this lot based on the cultivars present in the turf offered.

The contract will be procured via Open route and will be in accordance with the Council's standard terms and conditions - supply.

The contract will be awarded on the basis of the most economically advantageous tenders received.

The commercial weighting for this tender will be set at 70% and the technical weighting will be set at 30%.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

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

two.2) Description

two.2.1) Title

Supply and Delivery of Grass Seed

Lot No

5

two.2.2) Additional CPV code(s)

  • 03111000 - Seeds

two.2.3) Place of performance

NUTS codes
  • UKM95 - South Lanarkshire

two.2.4) Description of the procurement

Lot 5 – Grass Seed

The Council will not consider any turf where the cultivars present are not listed on “The Buyers Guide to Quality Amenity Turfgrasses 2022”

The council will evaluate the quality element of the bids for this lot based on the cultivars present in the turf offered.

The contract will be procured via Open route and will be in accordance with the Council's standard terms and conditions - supply.

The contract will be awarded on the basis of the most economically advantageous tenders received.

The commercial weighting for this tender will be set at 70% and the technical weighting will be set at 30%.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

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

two.2) Description

two.2.1) Title

Supply and Delivery of Pitch Liner

Lot No

6

two.2.2) Additional CPV code(s)

  • 39293300 - Artificial grass

two.2.3) Place of performance

NUTS codes
  • UKM95 - South Lanarkshire

two.2.4) Description of the procurement

Lot 6 – Pitch Liner

All products offered by tenderers must be compliant with PPPR, COSHH and COPR Regulations.

All products offered by tenderers must be registered, approved and listed on the Chemicals Regulations Directorate’s Pesticides Register Database, and as such tenders must list their offered products’ MAPP or MAFF products registration number on the appropriate area on the Pricing Schedule.

Due to the operations of the Council, all offered products must be certified as safe/approved to get into the water stream.

All products should be provided in clean, undamaged containers, ready to be applied.

The contract will be procured via Open route and will be in accordance with the Council's standard terms and conditions - supply.

The contract will be awarded on the basis of the most economically advantageous tenders received.

The commercial weighting for this tender will be set at 70% and the technical weighting will be set at 30%.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

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

two.2) Description

two.2.1) Title

Supply and Delivery of Top Dressing

Lot No

7

two.2.2) Additional CPV code(s)

  • 14212410 - Topsoil

two.2.3) Place of performance

NUTS codes
  • UKM95 - South Lanarkshire

two.2.4) Description of the procurement

Lot 7 – Top Dressing

A high quality sand and organic topsoil top dressing consisting of 70% sand and 30% topsoil with a low organic matter content and a moisture content between 2% and 4%, to meet the following specification:

Due to the operations of the Council, all offered products must be certified as safe/approved to get into the water stream.

All products should be provided in clean, undamaged containers.

The contract will be procured via Open route and will be in accordance with the Council's standard terms and conditions - supply.

The contract will be awarded on the basis of the most economically advantageous tenders received.

The commercial weighting for this tender will be set at 70% and the technical weighting will be set at 30%.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

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

two.2) Description

two.2.1) Title

Supply and Delivery of Bunker Sand

Lot No

8

two.2.2) Additional CPV code(s)

  • 14211000 - Sand

two.2.3) Place of performance

NUTS codes
  • UKM95 - South Lanarkshire

two.2.4) Description of the procurement

Lot 8 – Supply and Delivery of Bunker Sand

Clean, washed quartz sand which meets all STRI specifications for bunker sand and which meets the following specification

The successful tenderer will be required to provide bunker sand as specified, in the units of measure listed below.

The contract will be procured via Open route and will be in accordance with the Council's standard terms and conditions - supply.

The contract will be awarded on the basis of the most economically advantageous tenders received.

The commercial weighting for this tender will be set at 70% and the technical weighting will be set at 30%.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

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

two.2) Description

two.2.1) Title

Supply and Delivery of Bark Products

Lot No

9

two.2.2) Additional CPV code(s)

  • 03100000 - Agricultural and horticultural products

two.2.3) Place of performance

NUTS codes
  • UKM95 - South Lanarkshire

two.2.4) Description of the procurement

Lot 9 – Supply and Delivery of Bark Products

Play bark should be clean hardwearing material produced from mixed softwood offering the greatest safety surfacing conforming to ISEN1177.

The contract will be procured via Open route and will be in accordance with the Council's standard terms and conditions - supply.

The contract will be awarded on the basis of the most economically advantageous tenders received.

The commercial weighting for this tender will be set at 70% and the technical weighting will be set at 30%.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

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 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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-032013


Section five. Award of contract

Lot No

1

Title

Supply and Delivery of Herbicides (Total and Selective)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 March 2023

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Origin Amenity Solutions

Newbridge Industrial Estate, Midlothian

Edinburgh

EH28 8PJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £44,730.50


Section five. Award of contract

Lot No

2

Title

Supply and Delivery of Fertilisers

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 March 2023

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Richard Aitken Seedsmen Ltd

20 Robert Drive

Glasgow

G51 3HE

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £94,190.93


Section five. Award of contract

Lot No

3

Title

Supply and Delivery of Fungicides

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 March 2023

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Origin Amenity Solutions

Newbridge Industrial Estate, Midlothian

Edinburgh

EH28 8PJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £12,572


Section five. Award of contract

Lot No

4

Title

Supply and Delivery of Turf (including Specialist Turf)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 March 2023

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Origin Amenity Solutions

Newbridge Industrial Estate, Midlothian

Edinburgh

EH28 8PJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £27,650


Section five. Award of contract

Lot No

5

Title

Supply and Delivery of Grass Seed

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 March 2023

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 5

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Origin Amenity Solutions

Newbridge Industrial Estate, Midlothian

Edinburgh

EH28 8PJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £62,979.75


Section five. Award of contract

Lot No

6

Title

Supply and Delivery of Pitch Liner

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 March 2023

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 5

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Origin Amenity Solutions

Newbridge Industrial Estate, Midlothian

Edinburgh

EH28 8PJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £42,600


Section five. Award of contract

Lot No

7

Title

Supply and Delivery of Top Dressing

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 March 2023

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 4

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Origin Amenity Solutions

Newbridge Industrial Estate, Midlothian

Edinburgh

EH28 8PJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £216,680


Section five. Award of contract

Lot No

8

Title

Supply and Delivery of Bunker Sand

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 March 2023

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Origin Amenity Solutions

Newbridge Industrial Estate, Midlothian

Edinburgh

EH28 8PJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £31,800


Section five. Award of contract

Lot No

9

Title

Supply and Delivery of Bark Products

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 March 2023

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Richard Aitken Seedsmen Ltd

20 Robert Drive

Glasgow

G51 3HE

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £88,600


Section six. Complementary information

six.3) Additional information

SPD Question 4D.1 Quality Assurance Schemes

Quality Assurance It is a mandatory requirement of this tender that successful bidders hold the following quality standard/accreditation:

ISO 90001:2015 Quality Management System (or equivalent)

Successful bidders were required to provide evidence of the above certification in the Additional Attachment area of the Qualification envelope. Bidders were required to confirm whether or not they can evidence this requirement by selecting Yes or No from the options list provided. Please refer to the attached Quality Assurance Requirements document for further details.

SPD Question 4D.2 Environmental Management Standards

“It is a mandatory requirement of this tender that bidders hold the following environmental standard/accreditation:

ISO 140001:2015 Environmental Management System (or equivalent)

Bidders were required to confirm whether or not they can evidence this requirement by selecting Yes or No from the options list provided and upload evidence of the above certification in the Additional Attachment area of the Qualification envelope. Please refer to the attached Environmental Management Requirements document for further details.”

Declarations and Certificates

In an open tendering procedure prior to any award being made the successful bidder was required to provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Envelope.

SPD Question 2D.1 Prompt Payment Certificate

Declaration Section *Form of Tender

SPD Question 3D.11 Non-Collusion Certificate

SPD Question 4C.6 Goods Vehicle Operator’s Licence Declaration

SPD Question 4B.5.1 Insurance Certificates

SPD Question 3A.6 Modern Slavery Act 2015 Declaration

*The ‘Form of Offer to Tender’ was required to be completed and uploaded within the relevant question in the Commercial Envelope.

In the case of an open tender, the other Declarations listed above were not required to be uploaded and submitted with the bid but will instead be requested by the Council following the conclusion of the evaluation of the Qualification, Technical and Commercial Envelopes and prior to the award of the tender.

(SC Ref:729480)

six.4) Procedures for review

six.4.1) Review body

Hamilton Sheriff Court

Sheriff Court House, 4 Beckford Street

Hamilton

ML3 0BT

Email

hamiltoncivl@scotcourts.gov.uk

Telephone

+44 1698282957

Country

United Kingdom

Internet address

www.scotscourts.gov.uk

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Court of Session

Parliament House

Parliament Square

Edinburgh

EH1 1RQ

+44 1312252595

supreme.courts@scotcourts.gov.uk