Tender

NHS GG&C - GGC0649 Ground Maintenance and Winter Support

  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice identifier: 2023/S 000-018816

Procurement identifier (OCID): ocds-h6vhtk-03de36

Published 3 July 2023, 12:14pm



Section one: Contracting authority

one.1) Name and addresses

NHS Greater Glasgow and Clyde

Procurement Department, Glasgow Royal Infirmary, 84 Castle Street

Glasgow

G4 0SF

Email

scott.mcaninch@ggc.scot.nhs.uk

Telephone

+44 1412015366

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.nhsggc.scot/about-us/procurement/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722

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

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

NHS GG&C - GGC0649 Ground Maintenance and Winter Support

Reference number

GGC0649

two.1.2) Main CPV code

  • 77314000 - Grounds maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Greater Glasgow & Clyde (NHS GG&C) requires a comprehensive grounds maintenance service including provision for winter

services including gritting/salting and snow clearing. Services required for this contract will including but not limited to; litter picking,

grass cutting, garden areas, hedge trimming, jet washing, gritting and snow removal services. Supplier will provide all labour, machinery

and vehicles required for all seasonal work. This contract is required to be in place 365 days per year, 24 hours per day. The requirement

for this Tender is for a single supplier per lot.

two.1.5) Estimated total value

Value excluding VAT: £2,970,000

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

Lot 1: Glasgow North

Lot No

1

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

NHS Greater Glasgow & Clyde (NHS GG&C) requires a comprehensive grounds maintenance service including provision for winter services including gritting/salting and snow clearing. Services required for this contract will including but not limited to; litter picking,

grass cutting, garden areas, hedge trimming, jet washing, gritting and snow removal services. Supplier will provide all labour, machinery and vehicles required for all seasonal work. This contract is required to be in place 365 days per year, 24 hours per day.

two.2.5) Award criteria

Quality criterion - Name: Quality / Technical / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £935,000

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

2 x 12 Months

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.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Lot 2: Glasgow South

Lot No

2

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

Lot 2: Glasgow South

two.2.5) Award criteria

Quality criterion - Name: Quality / Technical / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £1,335,000

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

2 x 12 Months

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.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Lot 3: Renfrewshire

Lot No

3

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Renfrewshire

two.2.4) Description of the procurement

NHS Greater Glasgow & Clyde (NHS GG&C) requires a comprehensive grounds maintenance service including provision for winter services including gritting/salting and snow clearing. Services required for this contract will including but not limited to; litter picking,sweeping, weed control, gritting and snow removal services. Supplier will provide all labour, machinery and vehicles required for all

seasonal work. This contract is required to be in place 365 days per year, 24 hours per day.

two.2.5) Award criteria

Quality criterion - Name: Quality / Technical / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £125,000

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

2 x 12 Months

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.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Lot 4: Clyde (West Dunbartonshire)

Lot No

4

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Clyde (West Dunbartonshire)

two.2.4) Description of the procurement

NHS Greater Glasgow & Clyde (NHS GG&C) requires a comprehensive grounds maintenance service including provision for winter services including gritting/salting and snow clearing. Services required for this contract will including but not limited to; litter picking, grass cutting, garden areas, hedge trimming, jet washing, gritting and snow removal services. Supplier will provide all labour, machinery and vehicles required for all seasonal work. This contract is required to be in place 365 days per year, 24 hours per day.

two.2.5) Award criteria

Quality criterion - Name: Quality / Technical / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £400,000

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

2 x 12 Months

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.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Lot 5: Clyde (Inverclyde)

Lot No

5

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Clyde (Inverclyde)

two.2.4) Description of the procurement

NHS Greater Glasgow & Clyde (NHS GG&C) requires a comprehensive grounds maintenance service including provision for winter services including gritting/salting and snow clearing. Services required for this contract will including but not limited to; litter picking,

grass cutting, garden areas, hedge trimming, jet washing, gritting and snow removal services. Supplier will provide all labour, machinery and vehicles required for all seasonal work. This contract is required to be in place 365 days per year, 24 hours per day.

two.2.5) Award criteria

Quality criterion - Name: Quality / Technical / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £130,000

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

2 x 12 Months

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.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.


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

With reference to SPD question 4A.2, Tenderers must be a member of a recognised professional body such as The British Association of Landscape Industries (BALI) or equivalent.

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

With reference to SPD question 4B.1.1, tenderers are required to have a minimum 'general' yearly turnover of at least 1 x the estimated

contract value in line with regulation 59(9) of the Public Contract (Scotland) Regulations 2015.

For Example, for Lot 1 the estimated value of GPB187,000, for Lot 2 the estimated value of GBP267,000, for Lot 3 the estimated value of GBP25,000, for Lot 4 the estimated value of GBP80,000, for Lot 5 the estimated value of GBP26,000 if you have applied for a lot under this Framework Agreement and GBP594,000 if you have applied for all Lots under this Framework Agreement in each year specified.

Tenderers should be able to provide 3 years financial accounts when requested by NHSGGC.

Evidence: copies of accounts or equivalent for the number of years stated.

With reference to SPD question 4B.4, Tenderers are required to provide the following ratios for at least the three most recent financial years:

a.Current Ratio (Liquidity Ratio) of the Company (total current assets divided by total current liabilities) Acceptable Range is >0.99.

b.Net Profit Margin of the Company (net profits divided by revenue x100) Acceptable Range is >0 (i.e. positive)

With reference to SPD question 4B.5.1b - Tenderers must hold and evidence Employer's (Compulsory) Liability Insurance = GBP5m in respect of each claim without limit to the number of claims. Pass/Fail

With reference to SPD question 4B.5.2 - Tenderers must hold and evidence Public Liability Insurance = GBP5m in respect of each claim without limit to the number of claims. Pass/Fail

Any supplier unable to meet, or unwilling to commit to obtaining the required insurance levels, will be deemed non-compliant and their submission will not be evaluated any further.

three.1.3) Technical and professional ability

List and brief description of selection criteria

With reference to SPD question 4C.1.2, Tenderer to provide three examples of providing similar services to those described in the Invitation to Tender for similarly critical organisations. Examples must be from within the last five years.

With reference to SPD question 4C.6.1, Tenderer must ensure that all staff and operatives are fully certificated by an appropriate regulatory body and must qualified and certified to carry out the work. Qualification requirements must include, Lantra qualifications or a recognised governing body working with;

Quad tractors or all-terrain vehicles ATVs;

Chainsaws;

All tree works inclusive of climbing trees;

City & Guilds Certificate of Competence in the safe use of Pesticides (Knapsack) PA1 and PA6 or equivalent.

With reference to SPD question 4C.7, Tenders must provide details of the environmental management measures which the bidder will be able to use when performing the contract.

With reference to SPD question 4C.9, Tenderers must provide current list of tools / Plant or Technical equipment available to carry out tender.

With reference to SPD question 4C.10, Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

With reference to SPD question 4D.1, Tenderers should hold and evidence or commit to obtain, within 6 months of the contract start date, a

whistleblowing policy consistent with the National Whistleblowing Standards that can be found at the following link: https://inwo.spso.org.uk/national-whistleblowing-%20standards

With Reference to SPD question 4D.2, The Tenderer must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).

The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS

18001 (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.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As outlined within Tender Documentation.

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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

3 August 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

3 August 2023

Local time

4:00pm


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

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=737352.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

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:

Potential framework participants are required to summarise any proposed community benefits that will be developed and delivered as part of this contract if successful or, alternatively, potential framework participants confirm that they will engage with the NHS Scotland’s Community Benefits Gateway (CBG). This gateway, developed through requests from suppliers seeking opportunities to support the delivery of community benefits within the contracting region, provides information on community benefit opportunities. The CBG is a free and easy to use online service that connects NHS Scotland suppliers with third sector community organisations within Scotland and will be used for tracking and reporting and is an approved compliant route to the realisation of community benefits. https://www.nss.nhs.scot/procurement-and-logistics/sustainability-information-for-suppliers/access-our-community-benefit-gateway/

(SC Ref:737352)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/