Opportunity

Supply and Delivery of Grounds Maintenance Equipment and Small Plant

  • Tayside Procurement Consortium

F02: Contract notice

Notice reference: 2021/S 000-013491

Published 15 June 2021, 2:05pm



Section one: Contracting authority

one.1) Name and addresses

Tayside Procurement Consortium

Fairmuir Depot, 365 Clepington Road

Dundee

DD8 3DZ

Email

yvonne.graham@dundeecity.gov.uk

Telephone

+44 1382834024

Country

United Kingdom

NUTS code

UKM71 - Angus and Dundee City

Internet address(es)

Main address

http://www.taysideprocurement.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12382

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/esop/pts-host/public/pts/web/login.html?VISITORID=51c36763-56c4-484f-891c-175803ce4411&_ncp=1622477533992.15512-1

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/esop/pts-host/public/pts/web/login.html?VISITORID=51c36763-56c4-484f-891c-175803ce4411&_ncp=1622477533992.15512-1

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=51c36763-56c4-484f-891c-175803ce4411&_ncp=1622477533992.15512-1

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 Equipment and Small Plant

Reference number

TPC/GMEQUIP/21/02

two.1.2) Main CPV code

  • 43325100 - Grounds-maintenance equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

Supply and delivery of Grounds Maintenance Equipment and Small Plant for the following Purchasers:

Aberdeen City Council

Aberdeenshire Council

Angus Council

Dundee City Council

Perth & Kinross Council

Tayside Contracts

NHS Tayside

University of Dundee

Dundee and Angus College

two.1.5) Estimated total value

Value excluding VAT: £13,300,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Pedestrian Operated Equipment

Lot No

2

two.2.2) Additional CPV code(s)

  • 43325100 - Grounds-maintenance equipment

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
  • UKM78 - West Lothian
Main site or place of performance

Angus Area

Dundee Area

Perth & Kinross Area

two.2.4) Description of the procurement

Supply and Delivery of Pedestrian Operated Equipment for the following Purchasers:

Aberdeen City Council

Aberdeenshire Council

Angus Council

Dundee City Council

Perth & Kinross Council

Tayside Contracts

NHS Tayside

University of Dundee

Dundee and Angus College

two.2.5) Award criteria

Quality criterion - Name: Service / Weighting: 80

Quality criterion - Name: Sustainability / Weighting: 20

Price - Weighting: 40

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

The Purchaser shall have the option of extending the contract (either singly or in phases) for a further period (or periods) of up to one years after the expiry of the term.

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

two.2) Description

two.2.1) Title

Ride on Equipment

Lot No

3

two.2.2) Additional CPV code(s)

  • 43325100 - Grounds-maintenance equipment

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Angus Area

Dundee Area

Perth & Kinross Area

two.2.4) Description of the procurement

Supply and Delivery of Ride on Equipment for the following Purchasers:

Aberdeen City Council

Aberdeenshire Council

Angus Council

Dundee City Council

Perth & Kinross Council

Tayside Contracts

NHS Tayside

University of Dundee

Dundee and Angus College

two.2.5) Award criteria

Quality criterion - Name: Service / Weighting: 80

Quality criterion - Name: Sustainability / Weighting: 20

Price - Weighting: 40

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

The Purchaser shall have the option of extending the contract (either singly or in phases) for a further period (or periods) of up to one years after the expiry of the term.

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

two.2) Description

two.2.1) Title

Compact Tractors up to 85hp

Lot No

4

two.2.2) Additional CPV code(s)

  • 43325100 - Grounds-maintenance equipment

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Angus Area

Dundee Area

Perth & Kinross Area

two.2.4) Description of the procurement

Supply and Delivery of Compact Tractors up to 85hp for the following Purchasers:

Aberdeen City Council

Aberdeenshire Council

Angus Council

Dundee City Council

Perth & Kinross Council

Tayside Contracts

NHS Tayside

University of Dundee

Dundee and Angus College

two.2.5) Award criteria

Quality criterion - Name: Service / Weighting: 80

Quality criterion - Name: Sustainability / Weighting: 20

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

The Purchaser shall have the option of extending the contract (either singly or in phases) for a further period (or periods) of up to one years after the expiry of the term.

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

two.2) Description

two.2.1) Title

Tractors over 85hp

Lot No

5

two.2.2) Additional CPV code(s)

  • 43325100 - Grounds-maintenance equipment

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Angus Area

Dundee Area

Perth & Kinross Area

two.2.4) Description of the procurement

Supply and Delivery of Tractors over 85hp for the following Purchasers:

Aberdeen City Council

Aberdeenshire Council

Angus Council

Dundee City Council

Perth & Kinross Council

Tayside Contracts

NHS Tayside

University of Dundee

Dundee and Angus College

two.2.5) Award criteria

Quality criterion - Name: Service / Weighting: 80

Quality criterion - Name: Sustainability / Weighting: 20

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

The Purchaser shall have the option of extending the contract (either singly or in phases) for a further period (or periods) of up to one years after the expiry of the term.

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

two.2) Description

two.2.1) Title

Tractor Mounted Equipment

Lot No

6

two.2.2) Additional CPV code(s)

  • 43325100 - Grounds-maintenance equipment

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Angus Area

Dundee Area

Perth & Kinross Area

two.2.4) Description of the procurement

Supply and Delivery of Tractor Mounted Equipment for the following Purchasers:

Aberdeen City Council

Aberdeenshire Council

Angus Council

Dundee City Council

Perth & Kinross Council

Tayside Contracts

NHS Tayside

University of Dundee

Dundee and Angus College

two.2.5) Award criteria

Quality criterion - Name: Service / Weighting: 80

Quality criterion - Name: Sustainability / Weighting: 20

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

The Purchaser shall have the option of extending the contract (either singly or in phases) for a further period (or periods) of up to one years after the expiry of the term.

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

two.2) Description

two.2.1) Title

Trailers

Lot No

7

two.2.2) Additional CPV code(s)

  • 43325100 - Grounds-maintenance equipment

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Angus Area

Dundee Area

Perth & Kinross Area

two.2.4) Description of the procurement

Supply and Delivery of Trailers for the following Purchasers:

Aberdeen City Council

Aberdeenshire Council

Angus Council

Dundee City Council

Perth & Kinross Council

Tayside Contracts

NHS Tayside

University of Dundee

Dundee and Angus College

two.2.5) Award criteria

Quality criterion - Name: Service / Weighting: 80

Quality criterion - Name: Sustainability / Weighting: 20

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

The Purchaser shall have the option of extending the contract (either singly or in phases) for a further period (or periods) of up to one years after the expiry of the term.

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

two.2) Description

two.2.1) Title

Handheld Equipment (including small plant)

Lot No

1

two.2.2) Additional CPV code(s)

  • 43325100 - Grounds-maintenance equipment

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Angus area

Dundee area

Perth & Kinross area

two.2.4) Description of the procurement

Supply and delivery of Handheld Equipment.

two.2.5) Award criteria

Quality criterion - Name: Service / Weighting: 80

Quality criterion - Name: Sustainability / Weighting: 20

Price - Weighting: 40

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

The Purchaser shall have the option of extending the contract (either singly or in phases) for a further period (or periods) of up to one years after the expiry of the term.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

4B.5.1/4B5.2

Employers' Liability Insurance - GBP10 million

Public Liability Insurance - GBP5 million

4B.6 the following financial criteria will require to be met:

- Net profit for both financial years;

- Current ratio equal to or greater than one in both financial years.

- Positive Gearing Ratio for both financial years.

- Positive shareholders’ funds/positive partners’ capital accounts/positive owners’ equity (whichever is applicable to the type of business) in both of the financial years.

- Unqualified audit report (if an audit is required).

-Managements accounts

Minimum level(s) of standards possibly required

4B.5.1/4B5.2

Employers' Liability Insurance - the sum of not less than GBP10 million for any one incident

Public Liability Insurance - the sum of not less than GBP5 million for any one incident

4B.6 the following financial criteria will require to be met:

- Net profit for both financial years; if there has been a loss in any one year the bidder must provide an explanation of the specific circumstances leading to the loss.

- Current ratio equal to or greater than one in both financial years. Reasons for not meeting the required test to be disclosed by bidders together with appropriate supporting evidence to confirm the suitability of the bidder for the contract.

- Positive Gearing Ratio for both financial years. i.e. an excess of shareholders’ funds/partners' capital accounts/owners’ equity over loan finance in both of the financial years. Reasons for not meeting the required test to be disclosed by bidders together with appropriate supporting evidence to confirm the suitability of the bidder for the contract.

- Positive shareholders’ funds/positive partners’ capital accounts/positive owners’ equity (whichever is applicable to the type of business) in both of the financial years.

- Unqualified audit report (if an audit is required).

-Managements accounts showing your current position, for the period following your final accounts to include profit and loss and balance sheet

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C1.2 Bidders will be required to provide 2 example that demonstrate that they have the relevant experience to deliver the services/supplies as described in the relevant section of the Site Notice.

4D.1/4D1.1/4D.1.2/4D2./4D2.2.1/4D2.2 The Bidder must have the following:

Quality Management Procedures

The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or be able to demonstrate that they have equivalent processes in place as detailed within the ITT,

Health and Safety Procedures

The bidder must have the following Health and Safety Procedures

The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum or be able to demonstrate that they have equivalent processes in place as detailed within the ITT.

Environmental Management Standards

The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate

or be able to demonstrate that they have equivalent processes in place as detailed within the ITT.

Minimum level(s) of standards possibly required

As above


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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

15 July 2021

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

15 July 2021

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: May 2024 or May 2025 if extension option taken.

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

Question scoring methodology for Selection Criteria (Qualification Envelope): Pass/Fail

Award Criteria questions can be found in the ITT together with the weighting and scoring mechanism.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18846. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

- donation of materials or tools for community groups

- donation to a community/charity group

- Sponsorship of a community group/event

(SC Ref:655727)

six.4) Procedures for review

six.4.1) Review body

Dundee Sherriff Court and Justice of the Peace

8 West Bell Street

Dundee

DD1 9AD

Email

dundee@scotcourts.gov.uk

Telephone

+44 1382229961

Country

United Kingdom